|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822GSA, PBS, Property Development Division (4PC), Suite 2500, 401 West
Peachtree St. NW, Atlanta, GA 30365-2550 C -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) -- GREENEVILLE,
TENNESSEE -- NEW U.S. COURTHOUSE AND PARKING SOL GS-04P-97-EXC-0004 DUE
041897 POC Robert McCabe, (404) 331-1653; Contracting Officer, Freeman
Randolph, (404) 331-4269. CONSTRUCTION MANAGER AS CONSTRUCTOR,
SERVICES CONTRACT for proposed U.S. Courthouse -- Greeneville,
Tennessee. OVERVIEW: The scope of CM as Constructor (CMc) 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, cost estimates, 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 and all subcontracts, 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, technical factors will be given greater weight than
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. Project Summary. The proposed US Courthouse will be
constructed on a site located in downtown Greeneville, Tennessee. The
project consists of a new United States Courthouse not to exceed
155,100 gross square feet (14,109 square meters) while containing
approximately 107,300 occupiable square feet (9,968 square meters) to
deliver the required program. The project will include interior secure
parking spaces. The facility will be occupied by the US District
Court, the US Magistrate Court, the US Bankruptcy Court, the US
Probation Office, Pretrial Services, the US Marshals Service, the US
District Attorney, andthe FBI. The maximum ECC (Estimated Construction
Cost) is $22,500,000.00. Occupancy is anticipated on, or before,
November 1, 2000. The proposed US Courthouse shall consist of the
following: (2) District, (1) Magistrate, and (1) Bankruptcy Court
courtrooms, ancillary facilities and judge's suites; US Marshals
Service office space, sallyport and detention cells; hearing rooms;
conference/training rooms; and other general office areas. The
Government's program objectives for this project are that it: (1) serve
the Government's needs for functional space in the most efficient and
cost effective manner; (2) provide a visual testimony to the dignity
and stability of the American Government and the seriousness of the
federal judiciary's mission; and (3) be an asset to the community that
reinforces urban planning objectives of the City of Greeneville,
Tennessee. 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. The CMc shall
be a member of the project development team during the planning, design
and construction phases, along with GSA as owner/developer and GSA's
selected A-E firm, Hnedak Bobo Group, as architects and engineers of
record. At the time of contract award, projected to coincide with the
start of the design development stage (15% 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
based on the facility described in the Government's construction
documents and Solicitation for Offers (SFO) 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).
Summa~ry 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 budget. 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
Construction Document Phase Services, Procurement 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, professional, and
procurement 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 general project construction
for the entire facility; "Commissioning" and turnover to designated
facility management staff; Participation in acquisition of Alternative
Dispute Resolution/partnering consultant; Maintenance of construction
records; and Commissioning/inspection/close-out services. 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.
Proposal Submission Requirements; Proposals will be evaluated using a
Two-Stage process. Under Stage I, offerors must submit information
regarding qualifications, past performance, personnel, and resources.
The Government will evaluate Stage I submissions to establish those
within a "competitive range" (those considered to have a reasonable
chance of being selected for award). Only those firms within the
competitive range will be invited by the Government to provide Stage II
submissions, consisting of detailed pricing of services, Project
Management Plan, and any other requirements stated in detail in the
RFP. For those within a competitive range, the Government may enter
into discussions before soliciting "Best and Final Offers", the
Government reserves the right to award the contract without
discussions. Source Selection Evaluation Criteria: The following
criteria represent 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 CMc firms in the competitive
range at the end of Stage II. The maximum score is 1000 points in
Stage I and 1100 points in Stage II as follows: (1)Experience Providing
General Construction Services on Similar Projects 400pts; (2)
Experience Providing Preconstruction Services on Similar Projects 250
pts; (3) Qualifications and Experience of Key Personnel 250 pts; (4)
CMc's Resources, Facilities, and Technology 100 pts; (5) Management
Plan (Stage II only) 100 pts. Source Selection Procedures: Qualified
firms expressing an interest in the project will be provided one copy
of the SFO 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. 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 SFO narrative, drawings and specifications for the maximum ECC of
$22,500,000.00 or less. A competitive range of the most highly
qualified firms will then be selected. Those firms will be notified;
provided with complete concept 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 will
be interviewed at their principal place of business, and final
selection will be made based on Source Selection procedures with the
collective technical factors listed above considered of greater weight
than the price. Contract Award: A fixed price plus incentive contract
will be awarded to the selected firm to provide Pre-construction Phase
and Construction Phase services based initially on the cost of the
Pre-construction Phase services. At 65% construction document
submittal, of the Pre-construction Services phase, the contract willbe
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. The cost
difference, if any, between the negotiated GMP and the final
construction cost shall be split between the CMc and the Government at
the conclusion of the project as described in the SFO. SB-SDB
Participation: Although this procurement is open to large business,
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. 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 are
invited to 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 Solicitation for Offers (SFO) 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 three (3) copies of a Stage I proposal. 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. A
firm that sends a submission in response to this CBD notice without
having reviewed the SFO will not be evaluated. Interested firms should
send a letter of interest to the office and address listed below no
later than 3:00 PM E.S.T. on April 18, 1997. Stage I submittals are to
be received no later than 3:00 PM E.S.T on May 20, 1997. Only
technical submittals, along with the statement regarding the ECC
described above, should be submitted. Price proposals will not be
considered until the second stage 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
May 8, 1997 in the Summit Federal Building, Atlanta, GA to discuss
Phase I submission requirements. Phase I submittals must be received in
Atlanta, Georgia not later than 3:00 p.m. on May 22, 1997. Upon
completion of Phase I evaluations, a list of the firms selected for
Phase II evaluations will be published in the CBD. Firms selected for
Phase II evaluations will be notified of additional submission
requirements. All submittals must clearly indicate this solicitation
number on the face of the envelope. Late submittals will be handled in
accordance with FAR 52.215-10. Please notify Phil King at the number
shown below, or indicate your planned attendance in your letter of
interest, if you plan to attend this meeting. General Services
Administration, Property Development (4PCC), Attn.: Phil King, 401 West
Peachtree Street, Suite 2500, Atlanta, Georgia 30365-2550, (404)
331-4620. FAX No. (404) 730-2309. ***** (0099) Loren Data Corp. http://www.ld.com (SYN# 0023 19970411\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|