Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 21,2000 PSA#2584

National Constitution Center, The Bourse, Suite 560, 111 South Independence Mall East, Philadelphia, Pennsylvania 19106

Y -- GENERAL CONSTRUCTION CONTRACTOR SOLICITATION DUE 051600 POC Owner's Representative: David Rupp 215 656 2787 email:david.rupp@dayzim.com; NCC Project Manager: Emily Bittenbender 215. 923 0004, email: ebitten@constitutioncenter.org E-MAIL: National Constitution Center, ebitten@constitutioncenter.org. The National Constitution Center (NCC) is seeking a highly qualified and professional General Construction Contractor (GCC) to completely construct a new National Constitution Center building (Center) and related sitework and facilities on Block 3 of Independence Mall in Independence National Historical Park in Philadelphia, PA (the Project). The National Constitution Center will occupy the entirety of Block 3 of Independence Mall, in the Independence National Historical Park. The site (Block 3) is bounded by Arch, Race, Fifth, and Sixth Streets. The Project will involve construction of the Center itself as well as the remainder of Block 3 in its entirety (with the exception of, first sidewalks and curbs around the perimeter of the block, and second, the Center's exhibits, each of which will be constructed through separate contracts). The Center's program provides for approximately 140,000 gross square feet, which includes a state-of-the-art public museum devoted to the US Constitution, auditorium, research center, meeting rooms, educational facilities, museum store, food services with support areas, NCC administrative offices, mechanical, electrical, data and 'back of house' exhibit support areas. Other program elements beyond the 140,000 gross square feet include: a 160 car underground parking garage, underground loading dock and National Park Service maintenance facility; on-grade bus drop-off/pick-up facility, exterior terraces, fountain, exterior pavilion, and landscaping. The project is located on federal property; and the NCC, a private non-profit corporation, is a recipient of federal funds. All construction labor rates shall meet the prevailing wage requirements otherwise applicable to federal projects. The center will break ground in the fall of 2000 with completion scheduled for autumn/early winter 2002. The budget for the work covered by this solicitation is between $50M and $60M. Pei Cobb Freed & Partners Architects LLP are designing this high profile monumental public facility. -- SOLICITATION: Qualification statements are sought through this Solicitation from all interested entities. All submissions received will be evaluated by a Selection Panel including representatives of the NCC and the National Park Service, which will review those submissions to develop a short list of companies having the most appropriate qualifications. These short listed firms will be invited to submit a fixed-price proposal based on Construction Documents. Award will be made for comprehensive construction phase services under a general construction contract on the basis of best value, including both technical and price factors as outlined below. -- SCOPE OF WORK: The Project will begin in the fall of 2000 after the completion of bulk excavation and preliminary archaeological mitigation, which are in process under a separate contract. Significant elements contained in the GCC package for the Project include, but are not limited to: final excavation; foundations; additional archaeological mitigation support (if necessary); cast-in-place concrete; underground facilities; landscaping, paving and sitework; utility work and connections; steel structure and decking; insulation; stone and pre-cast concrete exterior skin; windows; storefront; structural sealant glazed curtain walls; skylights; and roofing. Also included are elevators; shell space with certain finishes at Exhibit areas, all typical finishes, interior limestone facing, stone, terrazzo, and wood flooring; doors; specialties and equipment. The GCC will also provide and install comprehensive mechanical, plumbing, fire protection, electrical and communication conduit systems. Coordination will be required with other contractors including but not limited to the Exhibit Installation Contractor, NCC furnishings vendor(s), NCC telecommunications vendor(s), food service vendor(s) operations, museum store concessionaire, and others. In addition, construction of related facilities by others on Blocks 1 and 2 of Independence Mall is likely to occur at the same time as this project. -- SERVICES REQUIRED: The GCC will provide all services as required to completely construct the Project as necessary and as indicated in Construction Documents to be issued to the short listed companies selected in the first phase of this Solicitation process. Such services shall include full time on-site staff drawn from the GCC's own forces including a Project Manager, Project Controls Manager, Superintendent and other staff as the offeror shall propose. A formal Safety Program and dedicated Manager will be required. The project has WBE/MBE/SDBE goals as indicated. The NCC will require the GCC to perform a certain portion of the Work with their own forces. The NCC will manage the project using "Expedition" project management software and the project has been designed using AutoCAD 14. GCC will be required to utilize and submit project data using these same systems throughout the Project. -- PROCUREMENT PROCESS: This procurement is unrestricted; consideration for the contract willbe nationwide. The selection will be through a source selection process designed to fairly identify the offer considered the best value. This Best Value source selection will be conducted in two phases. Phase I evaluations, which are the subject of this Solicitation, will assess whether an offeror possesses the expertise and capability required to successfully perform the contract requirements based on experience/past performance on similar projects, recommendations of current/former clients and capabilities of the firm/team. Phase II of the source selection process will be conducted only with the most highly rated offerors considered after the Phase I evaluations to be within the competitive range. Final selection will be based on Phase I evaluation factors and on technical, price and such other factors as will be identified in the Phase II solicitation. Phase I submissions will be evaluated based on the following Criteria: 1. Experience within the last 10 years building at least three (3) Monumental PublicBuildings (such as Museums, Courthouses, etc.) of at least $30 million in construction value. 2. Past Performance on projects of similar size and scope including ability to adhere to schedule/budget, client satisfaction and claims history. 3. Recommendations (written and oral) from current and/or former clients. 4. Capacity of Firm and concurrent workload. 5. Professional Qualifications, licensing, bonding certification and capacity. 6. Familiarity with the local Construction Environment, including local building requirements, current market conditions, and an understanding of local subcontractor and labor availability. Phase I evaluations will assess whether an offeror possesses the expertise and capability required to successfully perform the contract requirements and evaluate the offeror's potential for providing the high level of professional excellence desired by the NCC. The Phase I evaluation criteria are considered equal in importance except that Criterion 1, Experience is considered a minimum requirement. -- SUBMISSION: Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting information that addresses the criteria outlined above. The submitted information shall include, but should not be limited to the following: 1. A description of your firm and its capabilities, project profiles, firm history, resumes of proposed key individuals, proposed organization chart, etc. 2. A direct and, as appropriate Project-specific response to the six Evaluation Criteria listed above. 3. Forms SF254, SF255. 4. Written narrative addressing general project understanding and evaluation points. The Phase I submission does NOT include any price or fee proposal. The Contractor will be strongly encouraged to provide the maximum practical opportunities to woman-owned, minority owned and small business concerns owned and controlled by socially and economically disadvantaged individuals to participate in the performance of this contract. Offerors that demonstrate a proactive effort in obtaining the highest practical goals may receive a more favorable rating. Phase I submissions are to be based on this announcement and additional information including sketch plans, master schedule, etc. to be provided in hard copy format to all interested firms by request to David Rupp (preferably via email). Responses to the Phase I Solicitation including an Original and five (5) copies are due no later than 4:00pm, May 16, 2000 at the office of the National Constitution Center, Attention, Emily Bittenbender, The Bourse, Suite 560, 111 S. Independence Mall East, Philadelphia, Pa. 19106. -- PHASE II: Potential offerors are notified that depending on the quality of submissions, the NCC expects that only between four (4) and six (6) of the Phase I's highest ranked offerors will be invited to participate in Phase II. Those firms invited to participate in Phase II will be provided a solicitation package including the Construction Documents as well as specific submission requirements. The Phase II submission will generally expand on information provided in Phase I. Additional information required from the offeror in Phase II will include the offeror's detailed project understanding and approach, organizational concept, specific project team, management plan, subcontracting plan, preliminary construction schedule, site operations plan, certifications of non-collusion, insurance, bonds, acceptance of site, etc. In addition, it is likely that an interview with the Project Selection Panel will be required of all Phase II offerors. A separately packaged fixed price proposal will also be required as part of the Phase 2 submission. -- GENERAL Notification of the NCC's decision regarding all firms responding to this Solicitation, including those to be invited to submit for Phase II will be promptly provided to. Please direct any questions regarding this announcement to David Rupp (215) 656-2787, email: david.rupp@dayzim.com Posted 04/19/00 (D-SN446597). (0110)

Loren Data Corp. http://www.ld.com (SYN# 0133 20000421\Y-0019.SOL)


Y - Construction of Structures and Facilities Index Page