Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1998 PSA#2140

GSA, PBS, NCR, Property Development Division (WPC), Room 2002, 7th & D Streets, SW, Washington, DC 20407

R -- SUPPLEMENTAL CONSTRUCTION MANAGEMENT/DESIGN BUILD (CM/DB) SERVICES FOR NATIONAL ARCHIVES AND RECORDS ADMINISTRATION FACILITIES, NATIONWIDE SOL NAMA-98N-0P-0025 DUE 082798 POC Marvin Shenkler, (301)713-7386 x239, Ronald C. Noll, (202)708-8065, Contracting Officer WEB: SUPPLEMENTAL CONSTRUCTION MANAGEMENT/DESIGN BUILD (CM/DB), http://www.gsa.gov/regions/r11/wpc/wpc.htm. E-MAIL: SUPPLEMENTAL CONSTRUCTION MANAGEMENT/DESIGN BUILD, Ronald.Noll@gsa.gov. The National Archives and Records Administration (NARA) in consultation with the General Services Administration (GSA) is seeking Supplemental Construction Management/Design Build Services for NARA Facilities, Nationwide. This Contract is being procured under the Brooks Act and FAR 36. Construction Management Services will be required for the renovation of the 1,400,000 square foot historic National Archives Building located in Washington, DC. Significant elements of the proposed National Archives Building renovation project may include, but are not limited to, (1) new entries into the building via new landscaped plazas that will provide accessibility from Constitution Ave that is compliant with ADA and UFAS, (2) renovation of the historic Rotunda to provide for increased security, improved air quality, and ADA/UFAS accessibility to the Charters of Freedom documents including the Declaration of Independence, Constitution and Bill of Rights, (3) new casework for the Charters of Freedom, (4) demolition of all or portions of tiers 1-6 and replacement as required to meet new program requirements, (5) development of replacement exhibit areas lost due to renovation activities, (6) relocation of the museum shop, (7) renovation of public toilets, (8) development of visitor orientation space, (9) structural repairs as identified in previous building condition studies, (10) replacement of chillers, air handling units, and related pumps and equipment, (11) providing for a new cooling tower that will eliminate dependence on Tidal basin condenser water, (12) replacement of domestic water piping and drinking fountains, (13) repair/replacement of electric switchgear, transformers and electric panels, (14) replacement of the fire alarm and sprinkler systems, (15) replacement of the steam station, (15) replacement of the storm water drainage system, (16) asbestos abatement, (17) upgrading of the emergency generator, (18) fireproofing excess elevator shafts for use as mechanical risers, (19) refurbishing stack toilets and janitor closets, (20) providing for new emergency egress stairs, (21) relocation of the theater and research rooms, (22) provisions for a new multipurpose training room, (23) new elevators and escalators to serve the renovated Rotunda and (24) any other work deemed necessary to implement the concepts developed during previous renovation studies or that arise during the design process. A more complete description of the proposed renovations is included in the March, 1997 renovation study prepared by Heery International which is available for review in the Technical Resources Center at the GSA Regional Office Building, 7th & D Sts, SW, Washington, DC (contact Ron Noll on 202- 708-8065) and at the Archives II facility in College Park, MD (contact Marv Shenkler on 301- 713-7386 ext 239). The CM/DB firm as used in this solicitation may be a partnership, corporation, association or other entity that will have contractual responsibility to provide the services required by NARA. The CM/DB firm and all applicable consultants must have personnel either on staff or available via strategic alliances that are licensed by law to practice the professions of architecture and engineering in all 50 states and the District of Columbia. CM/DB services as specified include performing Site Evaluations, Building Condition Reports, CM Design Phase Services (excluding design services), Design/Build Services (including design at any point in the project delivery process), CM Procurement Phase Services, CM Construction Phase Services, Relocation Services, Claims Services, Testing Services, Miscellaneous Services, Post Occupancy Evaluations, Exhibit Design and Installation, Building Commissioning, Relocation Services and any other services deemed necessary by the Contracting Officer to provide for completely functional facilities. One (1) CM/DB Contract may be awarded. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) Contract. All services will be procured through the issuance of individual Work/Delivery Orders, each defined by a separate scope of work, which will include all elements of work deemed necessary for the project(s). Throughout the contract period the selected CM/DB will assist NARA in identifying those elements of work that can be accomplished within Congressionally mandated cost limitations or internally established budgets for each project. The term of the contract shall be for a one (1) Base Year Period, followed by four (4) one-year Option Periods, not to exceed $6,000,000 for each Period, for an aggregate dollar value of $30,000,000. The current estimated construction cost range for some of the projects currently envisioned are as follows: National Archives Building, Washington, DC -- Renovation $40 -- 60 M; Harry S Truman Presidential Library, Independence, MO -- Renovation $6- 8 M; FDR Presidential Library, New Hyde Park, NY -- New Visitors Center $5 -- 7 M; Other NARA facilities nationwide including Regional Archives, Regional Records Centers and Presidential Libraries $2 -- 4 M/year. In addition to specific design and construction projects NARA is interested in developing and implementing a Program Management Control System that will provide management control, i.e. planning, scheduling, budgeting and cost control, of their facility's repair and renovation program. Also, other services associated with new and/or renovated facilities may be required. The construction contract for the Renovation of the National Archives Building is envisioned to be procured through a Source Selection process that will incorporate a base contract for those elements of work that can be executed within the Congressionally mandated cost limitation and contract options for those elements of work that may be funded from other sources. The Government currently envisions utilizing a variety of delivery processes such that on some projects the selected firm will act as a CM while on other projects they may act as a DB. The determination as to which delivery process will be utilized on any given project will be at the sole discretion of the Government. Similarly, the decision as to when in the DB delivery process the Government will require a Guaranteed Maximum Price (GMP) will be at the sole discretion of the Government. There is no guarantee that the Government will elect to use a DB approach on any project but firms must have had experience and the capability of providing these services. On projects utilizing a DB approach the selected firm will either provide complete design/build services based on a program of requirements or complete the design and construct the project based on a partial design provided by an Architect/Engineer (A-E) under separate contract to the Government. Accordingly, firms must have design capabilities within their team. On projects utilizing a CM approach, e.g. the Renovation of the National Archives Building, the entire design will be produced by an A-E under separate contract to the Government and the CM will be required to provide, in addition to other specified services, professional design reviews for engineering soundness as well as reviews for compliance with existing codes including, but not limited to, UFAS/ADA, NFPA, BOCA, local codes within the jurisdictions that the projects are located, etc. A-E firms selected as part of a team to provide services as part of this procurement will not be eligible to provide services under a separate nationwide A-E supplemental term contract that will be procured in the future to support NARA activities or under a separate A-E contract for the renovation of the National Archives Building that is currently being procured. A pre-submission conference to describe the proposed scope of the project will be held on July 30, 1998 at 10:00 AM in the Archives II Auditorium located at 8601 Adelphi Road, College Park, MD. Parking at Archives II is limited. Single occupancy vehicles will not be permitted into the facility. Primes and their consultants/team members are encouraged to carpool. Consideration for the contract will be Firms within the National Capital Region, MD and VA. The Evaluation Criteria for selection are as follows: I. Qualifications necessary for performance of required services (40%) -- (1) experience of key personnel on projects of a similar complexity, scope and cost for large project such as the National Archives Building Renovation and small projects such as chiller replacements, roof replacements, etc (buildings similar to an archives building include libraries, museums, laboratories, etc), (2) clearly describe rational for utilization of senior and junior personnel, (3) proposed duties of key personnel are clear and the firm has identified the one individual who has the authority to bind the firm in negotiations with the Government (key personnel at a minimum shall include the Construction Executive, Quality Control Superintendent, Mechanical Inspector, Electrical Inspector, and Planner/Scheduler proposed for the National Archives Building Renovation), (4) resumes have been provided for key personnel which reflect required qualifications forproposed positions, and (5) identification of similar projects that key personnel have worked together on. II. Specialized Experience and technical competence in the type of work required (20%) -- (1) demonstrated experience in performing technical and code compliance reviews, and constructability reviews during the design phase, (2) demonstrated experience in managing and administering all aspects of construction contracts including CPM schedules, change order estimating, correspondence, inspections, payments, change orders, etc, and (3) demonstrated experience in handling special design/construction issues associated with large mechanical/electrical system upgrades, fire/life safety systems, lead/asbestos abatement, construction phasing, etc in occupied historic buildings. III. Management Approach (20%) -- (1) Considerations include submission of a comprehensive narrative describing the firm's approach to providing high quality deliverables in a timely manner and managing construction work as a CM/DBcontractor including (a) the approach to the National Archives Building Renovation acting in the capacity of a CM (b) whether the staffing proposed for the National Archives Building Renovation is realistic, (c) whether the firm's submission addresses applicable CM/DB functions during the design phase, procurement phase, construction phase, etc, (d) whether the CM/DB interrelates well with A-E's, construction contractors, and Government personnel, (e) whether the CM/DB can efficiently address problems relating to coordinating multiple projects and activities, potential impediments to timely project completion. cost containment, etc, and (f) whether the management organization includes adequate description of leadership assignments, responsibilities, lines of communication, etc, IV. Capacity to accomplish the work (10%) -- (1) the overall capacity of the firm to perform the work envisioned, (2) legal form and associations with other firms are clear and acceptable, (3) operational areas and office locationsallow for satisfactory daily work flow and controls, information transmission and quality control, (4) sufficient technical resources to undertake the potential workload, and (5) operating methods enable the CM/DB to maintain control of the project(s) and project(s) costs. V. Past Performance (10%) -- (1) the extent of the firm's past experience, within the last 10 years, in carrying our comparable work as either a CM or a DB, the quality of the firm's past performance relative to timeliness and technical success (provide references and current phone numbers). Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting completed SF-254's (for firm, joint ventures, and consultants), which must be dated not more than twelve (12) months before the date of this synopsis, and a (ONE COPY) SF-255 along with letter of interest to: General Services Administration, NCR, 7th and D Streets, SW, Bid Room 1065, Washington, DC 20407, by 3:30 PM local time onthe due date of this notice. The following information MUST be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. In Block 8 of the SF-254 specify only current W-2 payroll (non-contract) personnel of each firm. In Block 10 of the SF-255, the CM/DB Firm MUST respond to the FIVE (5) EVALUATION CRITERIA stated in the CBD announcement for this solicitation. In Block 11 of the SF-255, the CM/DB Firm MUST sign, name, title and date the submittal. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10). Small, small disadvantaged and small women-owned firms are strongly encouraged to participate. Due to the comprehensive nature and scope of services joint ventures, professional collaborations, or partnerships between Construction Management firms (SIC 8741) and A-E firms (SIC 8711/8712) are encouraged. Large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small, small disadvantaged and small woman-owned firms as part of their original submitted team. Before award of the contract, the CM/DB if not a small Business shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration, Public Buildings Service has established for fiscal 1998 subcontracting goals of 37% for small businesses, 12% for small disadvantaged businesses and 5% for small women-owned businesses. Award of this contract is contingent upon funding approval. This is not a Request for Proposal. Posted 07/16/98 (W-SN224270). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0090 19980720\R-0023.SOL)


R - Professional, Administrative and Management Support Services Index Page