Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295

GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102

R -- CONSTRUCTION MANAGEMENT SERVICES, NEW FEDERAL BUILDING, SAN FRANCISCO, CALIFORNIA SOL GS-09P-99-KTC-0020 DUE 032399 POC Connie Russell, Contracting Officer/ This synopsis modifies the original announcement posted on the CBDNet February 17, 1999 and published in the CBD February 22, 1999. Federal facility on a downtown site, Solicitation GS-09P-99-KTC-0020, Due March 23, 1999. POC Connie Russell, 415-522-3130. Construction Management Services for New Construction of a Federal Building on a Civic Center Site in the City of San Francisco, California. The Government seeks a firm with management experience in design and construction to provide professional services for overall project administration, management and quality control for this facility. The, GSA, intends to select a builder during the Design Development Phase. The designer, builder, and CM would have separate contracts with the government. During the design phase the builder would have significant input into design issues including cost of materials and systems, and constructibility of the design. This approach is to develop a true partnership between the GSA, the user, the designer, the builder, and CM, with the ultimate goal of insuring that the construction project is completed on time, within budget, and in accordance with the owner's design objectives. The facility is intended to be approximately 62,500 gross square meters (673,344 gross square feet) while containing approximately 44,452 occupiable square meters (475,000 occupiable square feet) and will house administrative offices of various Federal agencies. In addition to the gross building area, the facility will also include associated indoor parking. The estimated total construction cost for the facility is between $80,000,000 and $120,000,000, with occupancy planned for the year 2004. The federal building will be a state-of-the-art facility and an appropriate addition to the San Francisco Civic Center area. The scope of Construction Management services under this proposed contract may include, but not be limited to, the following: design management, drawing and calculation review, technical and material consulting, cost analysis and reviews, special studies, bid solicitation and evaluation, construction administration and inspection, testing services, review and monitoring of Critical Path Method (CPM) schedules, monitoring submittals and construction process, recommending and assisting in all elements of change orders, disputes, claims, and payments, cost control and financial management including a full range of management and record keeping services utilizing modern technology and equipment. Options may include post construction, occupancy, and start-up services. Please be advised that the funding for the entire project will be financed by GSA through the Federal Financing Bank. To facilitate such financing the selected C/M will be required to act as the third party responsible for the managing payments against the executed contracts. Consideration is limited to firms having an existing active office for design and contract administration in the San Francisco Bay Area. For the purpose of this solicitation, the San Francisco Bay Area shall bedefined as San Francisco, Alameda, Contra Costa, Solano, Marin, Sonoma and San Mateo Counties. A joint venture firm/consultant arrangement will be considered and evaluated on the demonstrated interdependence of their existing active design production office within the specified Geographical limit. The selected firm must provide on-site staff during construction and must provide services as needed from the permanent office or other dependable source of qualified specialists in all disciplines. All technical work will include, but not be limited to, review, approval, and inspection shall be performed by a registered, licensed and/or affiliated professional. Consideration for Stage I will be reviewed and evaluated based on the following criteria: (1) QUALIFICATIONS/CAPABILITIES OF THE MANAGEMENT FIRM (35%): Evidence of the firm's experience in completing the proposed services, in enforcing performance schedules and budgets, and in successfully completing a comparable facility; evidence of the firm's ability to complete the proposed services, render responsible professional services, work under Federal Laws and regulations, and work successfully within a team environment; evidence the firm's compatibility with the project goals. (2) QUALIFICATIONS/CAPABILITIES OF THE PROPOSED PERSONNEL (35%): Evidence of the proposed personnel's experience in completing the proposed services, in enforcing performance schedules and budgets, and in successfully completing a comparable facility; evidence of the personnel's ability to complete the proposed services, render responsible professional services, work under Federal Laws and regulations, and work successfully within a team environment; and evidence of the proposed personnel's professional qualifications. (3) PAST EXPERIENCE (25%): The offeror shall provide the name, address, phone number and client name for 5 similar projects worked on in the last 5 years. Projects are considered similar where the offeror worked in an construction management agency role to the owner in a construction project over $50,000,000 and where the offeror has billed, or is expected to bill over $1,500,000. (4) REGIONAL AND LOCAL EXPERTISE (5%). CM Firms that have a principal office in the San Francisco Metropolitan Area or in the State of California. Firms or joint ventures having qualifications to meet the requirements described in this announcement are invited to respond by submitting the modified SF254 and SF255 along with a letter of interest in accordance with the instructions at the end of this announcement. Stage II: Complete CM Team evaluation and interviews. The goals of Stage II are to have the CM Firms selected in Stage I form complete CM teams. The CM firm will compile a project team that meets the project goals. A "Job Fair": will be held in San Francisco for local A-E firms to meet the finalist and join teams. The short listed CM firms will be invited to submit a complete Standard Form 254 and 255 package for all members of the project team. Information shall be provided to describe the team's capabilities and accomplishments with an emphasis on the projects that the team has collaborated on previously. Project qualifications for Stage II will be reviewed and evaluated based on the following criteria: (1) Professional qualifications of team members. (2) Past performance. (3) Project Management and Team organization. (With focus on the Project Manager that is responsible for client contact and contractual issues.) (4) A subcontracting plan. Following an evaluation of the submitted materials, five firms considered the most highly qualified will be interviewed. A follow-up listing of firms for interviews will be placed in this publication. Although this procurement is open to large business, small and minority firms are strongly encouraged to participate. The procurement is being made under the Small Business Competitiveness Demonstration Program. Before award of the contract, the C/M (if not a small business) will 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 of socioeconomic initiatives of the Federal Government, the General Services Administration has established for fiscal year 1999 subcontracting goals of 36% for small businesses, 6% for small disadvantaged businesses, and 3% for women-owned small businesses. In support of agency efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors/consultants shown on the submitted SF-254's will be reflected in a Small Business and Small Disadvantaged Business Concern Subcontract Plan to be submitted with Stage II submittals and included in the contract. Firms must also provide a brief written narrative of outreach efforts made to utilize small, small disadvantaged and women-owned small business during Stage II. The narrative shall not exceed one typewritten page. An acceptable Subcontracting Plan must be agreed to before contract award. Large firms are hereby notified that Stage II evaluation will consider the level of participation by small businesses, small disadvantaged businesses, and small women-owned businesses on this project. (Small businesses are not subject to this requirement.) Small businesses, small disadvantaged and women-owned small businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Offerors are invited to attend a pre-submittal conference to discuss the selection process. The conference will be held on March 3, 1999, 10:00 AM pacific standard time in the Nevada/California Room, 2nd Floor, 450 Golden Gate Avenue, San Francisco, California. Minutes of the meeting will be made available, upon request, three working days following the conference. All requests must be in writing or via facsimile @ (415) 522-3112. No telephone requests will be accepted. Interested firms having qualifications to meet these requirements are invited to submit two copies of the requested qualifications along with a letter of interest (identifying this announcement by Solicitation No. GS-09P-99-KTC-0020, Project NCA04000) not later than close of business on March 23, 1999, to the GSA, 450 Golden Gate Ave., 3rd Fl West (9PCE), San Francisco, CA 94102-3434, Attention: Connie Russell. The government will not accept transmission of these items via facsimile. Award of this contract is contingent upon funding approval and successful contract negotiations. This is not a Request for Fee Proposal. Posted 03/02/99 (W-SN303989). (0061)

Loren Data Corp. http://www.ld.com (SYN# 0065 19990304\R-0004.SOL)


R - Professional, Administrative and Management Support Services Index Page