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