Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1999 PSA#2404

Federal Bureau of Prisons, Construction Contracting Section, 320 First Street, NW, Washington, DC 20534

R -- CONSTRUCTION MANAGEMENT SERVICES FOR THE UNITED STATES PENITENTIARY AND FEDERAL PRISONS CAMP TO BE LOCATED IN MCCREARY COUNTY, KENTUCKY SOL RFQ #100-031-9 POC Cheryl Washam, Contracting Officer, Construction Contracting Section, (202) 307-0954 The Federal Bureau of Prisons (BOP) anticipates the award of a Firm-Fixed Price contract for Construction Management Support Services for the Design-Build construction of a United States Penitentiary (USP) with a satellite minimum security Federal Prison Camp (FPC) to be located in McCreary County, Kentucky. The Construction Management firm's contract will encompass construction management services for the duration of the design-build project. The USP and FPC will consist of a group of buildings in a "campus plan" arrangement with other support buildings and a satellite camp, and related site utilities and site development. The design and construction of the facility will be completed utilizing the metric system of measure. Pursuant to the requirements of FAR 36.204, the total design and construction contract magnitude is estimated to exceed $10,000,000, and the construction management support service contract magnitude is expected to range from $1,000,000 to $5,000,000. Construction Management Services are anticipated to begin in late 1999. The Construction Management Services performed under the procurement action will be required, and run concurrent with the actual duration of the design-build construction project. The estimated performance period of the design-build project is 910 days. Construction Management Services are to include, but not limited to: inspection for conformance with contract requirements; review of design and construction documents; cost estimates; review and status of contractors' CPM schedule and progress reports; maintenance of project files; inspection and testing reports and job diaries; evaluation of cost estimates and recommendation of change orders; monitoring submittals and contractor progress; review of contractors' submittals and payment requests; analysis and recommendations related to disputes and claims; preparation and processing of correspondence and documentation related to these services; and all other services required for successful administration of the project.The selected firm will provide these services utilizing on-site personnel from their own office and work force, and any other resource's necessary. To be considered, firms must have at least (5) years experience in management, cost estimating and scheduling of construction projects of similar scope and complexity, and experience in the analysis of claims and disputes. The Federal Bureau of Prisons will evaluate each offeror's proposal pursuant to the following three (3) evaluation factors listed below in descending order of importance: Technical, Past Performance, and Price. The Technical factors include the contractor's proposed team and organization, specialized experience and technical competence, and capability to perform. The BOP will consider all proposals submitted by responsible sources. The solicitation, which includes instructions for submitting a proposal, and will be made available approximately fifteen (15) days from date of publication of this notice. To facilitate timely issuance, requests forsolicitation should be FAXED and then mailed to Cheryl Washam, Contracting Officer, at the address and telephone number below. Only written solicitation requests will be accepted. This solicitation is unrestricted. The successful offeror will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small-disadvantaged, and small woman-owned business concerns. Point of contact for inquiries and clarification is Cheryl Washam, Contracting Officer, Federal Bureau of Prisons, Construction Contracting Section, 320 First Street NW, Room 500-6, Washington, D.C. 20534. No collect calls will be accepted. No telephone calls for solicitation requests will be accepted. (Send EXPRESS mail to 500 First Street NW, remainder of address as above.) The point of contact may be reached at (202) 307-1299 and receive a fax at (202) 616-6055. Posted 08/04/99 (W-SN362892). (0216)

Loren Data Corp. http://www.ld.com (SYN# 0086 19990806\R-0019.SOL)


R - Professional, Administrative and Management Support Services Index Page