Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1996 PSA#1740

GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550

C -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) -- ATLANTA, GA -- NEW INFECTIOUS DISEASE LABORATORY (BUILDING 17) FOR THE CENTERS FOR DISEASE CONTROL AND PREVENTION (CDC) SOL GS-04P-97-EXC-0005 DUE 012297 POC Ronald Butler at GSA, (404) 331-4871, Michael Payne at CDC, (404) 639-0314. Construction Manager As Constructor (CMc) Services Contract for the proposed Infectious Disease Laboratory (Building 17) on the Clifton Road Campus of the Centers for Disease Control and Prevention in Atlanta, Georgia. This is an unrestricted procurement (open to large and small businesses). The scope of CM As Constructor services under this proposed contract includes Preconstruction Phase Services and Construction Phase Services. Preconstruction Phase Services shall include, but are not limited to, preliminary evaluation of design development documents, consultation during construction document production, preliminary project schedule development, recommendations on phased construction, review of cost estimates and preparation, development of subcontractor and supplier interest, establishment of a negotiated Guaranteed Maximum Price (GMP) and identification of long-lead items. Construction Phase Services shall include, but are not limited to, administration of the construction contract (whether work is performed with the CMc's own forces or subcontracted), coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, and other required supplemental services if so requested by the Government. The CMc for this contract will be competitively chosen using Source Selection procedures. For this contract, the evaluation of price (represented by the CMc's fee for Preconstruction Phase Services, and fee for Construction Phase Services including profit, General Conditions and other overhead costs) during the project construction and commissioning, will be given equal weight to the technical factors listed herein. Progress concept design documents will be available to all interested bidders at the Pre-Submission Conference described herein. Project Summary. The proposed Building 17 will be constructed on a southwest portion of the Clifton Road Campus site located at 1600 Clifton Road, Atlanta, Georgia. The project consists of a new laboratory building primarily to house Biosafety Levels 2 and 3 research laboratories, laboratory support space and supporting office space. Due to funding the project is being planned in two Phases. Phase I is not to exceed 182,000 gross square feet (16,910 square meters) while containing 100,000 occupiable square feet (9,290 square meters). Phase II is not to exceed 87,500 gross square feet (8,130 square meters) while containing 48,000 occupiable square meters). Phase I of the project will include some upgrades to the Central Energy Plant to support the laboratory building. The facility will be occupied by certain research branches of the National Center for Infectious Disease (NCID). The maximum ECC (Estimated Construction Cost) is $40,434,800.00. The ECC for Phase II could range from $15,000,000.00 to $22,000,000.00. Phase I is designed in such a way as to stand alone due to the pending funding status of Phase II. Occupancy is anticipated for second quarter FY 2000. Definition of Construction Manager as Constructor. A Construction Manager as Constructor, or CMc, is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services and management services. The CMc shall be a member of the project development team during the planning, design and construction phases, along with GSA and the CDC as owner/developer, GSA's selected A-E firm, CRSS Architects, Inc. of Greenville, SC, as architects and engineers of record and with a building commissioning firm under direct contract with the Government as commissioning agents. At the time of contract award, projected to coincide with the start of the construction document stage (35% project design complete) the CMc's firm price for pre-construction and construction phase services will form the basis of the contract. Upon completion of the 65% complete construction documents, the CMc shall guarantee a maximum project price (GMP) based on the facility described in the Government's construction documents and Request for Proposals (RFP) package. The contract will be modified to reflect the agreed upon GMP. Project development shall occur in general conformance with the process described in the American Institute of Architects Document A121/CMc (also known as AGC Document 565), ``Standard Form Of Agreement Between Owner and Construction Manager Where The Construction Manager Is Also The Constructor. The services requested of the CMc shall cover a wide range of design and construction activities, which are often performed by both Construction Managers (CMs) and General Contractors (GCs). In contrast to a CM that is not also a constructor, the CMc is responsible, through design review, involvement in the project development and administration of the construction for constructing the facility described by the Government at or below the defined ECC. Summary of Responsibilities. The CMc shall review all construction document submissions for constructibility and compliance with the project budget. The CMc shall provide independent cost estimates and recommend adjustments to the design or to the estimates prepared by the A-E to assure that the project stays within the budgeted ECC. The CMc shall provide GSA with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for construction of the facility. Project Services. As part of the construction contract, the CMc shall provide a wide range of management, professional, and construction services. Services under this contract shall consist of Preconstruction Phase Services, and Construction Phase Services. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The contractual requirements of the project include, but are not limited to providing those management, administrative, and professional services to deliver: CPM scheduling; participation in all construction document production phase team meetings; review of all A-E construction document submittals; review of all A-E cost estimates; independent pricing of all A-E construction document submittals; project scope management; competitive selection and procurement of all necessary sub-contractors; provision of all coordination, supervision and direction of all sub-contractors; provision for general project construction for the entire facility; cooperation and participation with the Government's selected commissioning agent for commissioning/inspection/close-out services and turnover to designated facility management staff; participation in acquisition of Alternative Dispute Resolution/partnering consultant and maintenance of construction records and as-built drawings and specifications to be turned over to the Government. Project Staffing: The CMc shall be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers, cost estimators, CPM analysts, field engineers, field support staff, construction supervisors, construction superintendents, testing engineers/technicians, and other disciplines. Source Selection Evaluation Criteria: The following criteria represents the factors which will be used by GSA's Source Selection Evaluation Board in selecting a competitive range of firms. These same factors, with appropriate sub-categories, will be used by the Source Selection Evaluation Board for the Second Stage of the source selection process. Price will also be evaluated in the Second Stage. One firm will be selected from the short-listed CMc firms at the end of the Second Stage. 1) Qualifications and Experience of KeyPersonnel (250 total points): Summarize the Qualifications, professional designation, experience, education, background information, specific assignments, and other significant information for key members of the CMc team (100 points). For all key personnel, identify the anticipated duties of the person as full-time or part-time, identify the person as an employee of the CMc firm, a sub-contractor, or an employee of a consulting firm, and indicate the specific geographic location in which each key team member is now based (100 points). Describe your experience with construction projects within the same geographic area as Atlanta, GA. Describe your knowledge and experience with local markets, subcontractors, the general labor market, and local government (50 points). 2) Experience in Providing Preconstruction Services on Similar Projects (250 total points): Describe your experience and past experience in providing Preconstruction Phase services on similar complex laboratory projects and with construction costs greater than $20,000,000.00. The Offeror is responsible to demonstrate how projects they deem ``similar'' are comparable in scope and complexity to this project. Provide names, addresses and telephone number of the last three clients for which you have provided or are now providing similar services (100 points). Demonstrate your experience in providing value engineering, design oversight and independent cost estimating required to maintain a guaranteed maximum price. Describe your experience working in a non-adversarial relationship with a building owner or developer as a full partner in the development team (100 points). Demonstrate your ability to maintain quality and aggressive project schedules while controlling costs when providing Preconstruction services (50 points). 3) Experience Providing General Construction Services on Similar Projects (350 total points): Describe your experience with construction of projects using CM as Constructor or CM at Risk delivery, or in which you acted as a traditional General Contractor. The Offeror is responsible to demonstrate how projects they deem ``similar'' are comparable in scope and complexity to this project Describe your record in a delivering completed projects within fixed schedules and within a guaranteed maximum price when providing general construction services (150 points). Describe your experience constructing research and containment laboratories or other similar complex laboratory projects and with construction costs greater than $20,000,000.00 (100 points). Provide reliable names, addresses and telephone number of the last three clients for which you have completed construction of laboratory projects within the past ten years (50 points). Describe your firm's use of Alternative Dispute Resolution (ADR) or arbitration to avoid litigation. Provide a complete list of any construction claims in which you and project owners/developers have been party to in the last 10 years and a synopsis of the outcome. Indicate if any of the claims were resolved using ADR or arbitration. (50 points). 4) CMc's Resources, Facilities and Technology (150 total points): Describe the resources and facilities available to the CMc. Describe in-house computer office automation capabilities, including Management Information System, such as Prologue Manager, ability to review drawings in an AutoCad Release 12 or 13 format acceptable to the Government, the ability to interface with the Government's Microsoft Excel V.5.0 and WordPerfect V.6.0 and Word for Windows V.6.0. software, and the ability to send, receive and share data electronically via desktop conferencing and white board technologies. 5) SUB-CONTRACTING PLAN (G0/NO-GO). In Stage I, each firm must indicate, in writing, their intent to submit sub-contracting plans for Stage II, in accordance with SFO requirements. This initial submission of intent will serve as one of the GO/NO-GO requirements for Stage I. In Stage II of the Source-Selection Process, each large business Offeror will be provided for participation by Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, and Small Women-Owned Business (WOB) firms. This submission will serve as the GO/NO-GO requirement for Stage II. Source Selection Procedures: Qualified CMc firms expressing an interest in the project will be provided one copy of the RFP package. Firms wishing to offer must provide Stage I submissions that clearly address the rating factors identified above and described in greater detail in the SFO. Detailed cost proposals are not required with the Stage I submission, but offerors must provide a statement certifying that they can construct the facility described in the RFP narrative, drawings and specifications for the maximum ECC of $40,434,800.00 or less and submit a statement from their Bonding Company stating the CMc's ability to obtain a Performance and Payment Bond in that amount. This ECC includes all costs including CMc fees. These are GO/NO-GO requirements for Stage I. A competitive range of the most highly qualified firms will then be established. Those firms will be notified, provided with additional design documents, and asked to provide additional technical information and cost proposals for consideration under Stage II. The Stage II cost proposals shall include the Offeror's fee for Preconstruction Services and fee for Construction Phase Services (including profit, General Conditions and other overhead costs). Firms that are determined to be in the competitive range may be interviewed at the Clifton Road Campus of the CDC, and final selection will be made based on Source Selection procedures with price and the collective technical factors listed above considered equal. Contract Award: A contract will be awarded to the selected firm to provide Preconstruction Phase and Construction Phase services. At the 65% construction document submittal in the Preconstruction Services phase, the contract will be modified to reflect a negotiated mutually agreed upon Guaranteed Maximum Price (GMP). The Government shall reserve the right to terminate the contract if the offered GMP exceeds the ECC. SB, SDB and WOB Participation: Although this procurement is unrestricted, small and minority-owned firms are strongly encouraged to participate. The Government recognizes the talent existing in smaller firms and encourages their participation in the construction of Federal facilities. Short-listed firms shall provide a brief written narrative of their outreach efforts to utilize small disadvantaged and small women-owned businesses on this project in Stage II. An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. Large businesses shall be required to demonstrate a proactive effort to achieve the following minimum goals for all subcontracted work: SMALL BUSINESSES (20%), SMALL DISADVANTAGED BUSINESSES (5%), AND SMALL WOMEN-OWNED BUSINESSES (5%). How to Offer: Potential Offerors having the capabilities to perform the services described herein shall respond by submitting a one page letter on your company letterhead stating your interest in the project. These firms, along with others on the Government's mailing list, will be provided a copy of the RFP package, including the design program, concept level drawings and specifications, and other information needed to offer. Offerors who then wish to submit an offer will be required to submit eight (8) copies of a Stage I proposal. The proposal should be submitted in an 8-1/2 x 11 spiral bound format and should be organized to correspond with the evaluation factors listed above. The forms SF 254 and SF 255 may be utilized but are not required. If SF 254 and SF 255 are used, they must be current (reflecting a date not more than one year old from the month of this notice). Photographs may be incorporated with the text in Sections 8 and 10 of the SF 255 if desired. If SF 254 and SF 255 are not utilized, the submission must include information responsive to the data requested in each section of these forms. The total Stage I submission should not exceed 100 pages. Firms who respond to the RFP will be required in Stage I to complete a form certifying that they can construct the facility described in the SFO narrative, drawings and specifications for the maximum ECC of $40,434,800.00 or less. The SFO will provide additional information regarding the submission format. Additional information will be required of firms that are found to be in the competitive range as part of the Stage II evaluation. Participants are strongly encouraged to completely review the entire SFO package prior to submissions. Interested firms should send a letter of interest to the office and address listed below no later than 3:00 p.m. EST on December 18, 1996. Stage I submittals are to be received no later than 3:00 p.m. EST on January 22, 1997. Only technical submittals, along with the required statements, regarding the ECC, bonding and Subcontracting Plan) described above, should be submitted. Price proposals will not be considered until Stage II of the source selection process. All submittals must clearly indicate the solicitation number on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-10. A follow-up listing of firms to be interviewed will be placed in this publication. A pre-submission conference will be held on January 7, 1997 at 1:00 p.m. at the General Services Administration -- Summit Building, 401 W. Peachtree St., NW., 31st fl. Conference room, Atlanta, GA. The project site will be available for inspection from 3:30 p.m. to 5:00 p.m. Please indicate your desired attendance in your letter of interest, if you plan to attend this meeting. General Services Administration, 401 West Peachtree Street, Suite 2500, Atlanta, Georgia 30365, (404) 331-4871, FAX No. (404) 730-2309, Attn.: Ronald Butler. (0345)

Loren Data Corp. http://www.ld.com (SYN# 0015 19961212\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page