|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600General Services Administration, Public Buildings Service, P. O. Box
25546, Denver, CO 80225-0546 Z -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) SERVICES FOR SEISMIC
UPGRADE AND IMPROVEMENTS, WALLACE F. BENNETT FEDERAL BUILDING, SALT
LAKE CITY, UT SOL GS-08P-00-JFC-0018 DUE 061900 POC Steve Eckelberg
(303)236-7070x260 E-MAIL: Click here to contact the Contracting Officer
via, steven.eckelberg@gsa.gov. SIC Code 1542 -- This announcement is
for selection of Construction Manager as constructor (CMc) services for
the seismic upgrade and renovation of the Wallace F. Bennett federal
building in Salt Lake City, UT under a multi-step advisory and best
value selection process involving tradeoffs between price and technical
proposals. A firm fixed price contract is contemplated. PROJECT SUMMARY
The Wallace F. Bennett federal building is a nine-story structure
including a basement level. The building was constructed in 1964 and
houses approximately 850 employees. The scope of this project consists
of two major work items, structural and non-structural work. The
STRUCTURAL work is a seismic upgrade to strengthen the existing
structure in accordance with FEMA 273 design criteria to withstand
potential major seismic occurrences. The NON-STRUCTURAL work includes:
1) Strengthening of non-structural components and equipment that pose
the greatest life safety risk; 2) Tenant space alterations for
approximately 34,000 SF of vacant space on the 3rd floor; 3) Removal of
PCB lining from relief airshafts, supply & return air ducts, and fan
rooms; complete removal of PCB lined ductwork; and cleaning of
remaining unlined ductwork; 4) Improvement of electrical grounding
throughout the building to address conduit discontinuities and
telephone closet equipment grounding. SCOPE OF SERVICES The scope of
CMc services include preconstruction construction management services,
construction phase construction management services and the
construction project. The services requested of the CMc shall cover a
wide range of design and construction activities, which are often
performed by both Construction Managers (CMs) and General Contractors
(GCs). The CMc must maintain a team with the experience and capability
to manage and coordinate the timely and orderly design and
construction of the proposed project. The CMc shall be required to
assign, as needed, a team consisting of architectural, civil,
structural, mechanical and electrical reviewers; cost estimators; CPM
analysts; field engineers; field support staff; construction
supervisors; construction superintendents; inspectors; testing
engineers/technicians; and other disciplines. Preconstruction phase
construction management services shall include, but are not limited to,
participation in all construction document production phase team
meetings; review and evaluation of the construction document
submissions for constructability; scope management; value engineering
suggestions; independent pricing of A/E's final concepts or tentatives
submittal and all subsequent construction document submittals;
identification of any problems or errors in the design and design
documentation; consultation during construction document production;
preliminary project schedule development; cost estimates; development
of subcontractor and supplier interest; competitive selection and
procurement of all necessary subcontractors; and development of a
guaranteed maximum price. Construction phase construction management
services and the construction project shall include, but are not
limited to, construction; administration of the construction contract
and all subcontracts; coordination of regular construction meetings;
CPM scheduling; maintaining construction records including daily logs
and monthly reports; monitoring of construction costs; inspection;
commissioning; turnover to designated facility staff; participation in
acquisition of Alternative Dispute Resolution/Partnering consultant;
and other required supplemental services if so requested by the
Government. The CMc shall provide GSA with sound management advice
regarding the approach to the project, how to achieve the best value in
the work being accomplished, necessary actions, schedule control,
alternative ideas, problem/claim prevention, and budgeting. The CMc
shall have a full understanding of the project, its contract documents,
and the principles of Federal construction contracting and contract
administration. Most importantly, the CMc shall have complete
responsibility for construction of the facility, including timely
delivery and reasonable project cost. SELECTION PROCESS In the first
stage of the selection, offerors are invited to submit technical
qualification information that will be evaluated by the General
Services Administration (GSA) to advise each respondent in writing if
they are or are not a viable competitor. For this stage, GSA will
evaluate responses using stage I evaluation criteria contained herein.
Firms that do not submit written responses to the stage I evaluation
criteria will not be eligible to compete in subsequent stages of this
procurement. The Government shall evaluate all responses in accordance
with the criteria stated in this notice, and shall advise each
respondent in writing whether it will be invited to participate in
stage II. The Government shall advise each respondent considered not to
be a viable competitor of the general basis for that decision.
Notwithstanding the advice provided to nonviable firms, they may
electto continue participation in this acquisition. However, the
Contracting Officer must be notified in writing of an offeror's intent
to continue within 10 days of the date of the nonviable letter.
MINIMUM REQUIREMENTS In addition, Stage I proposals must meet the
following minimum requirements to be determined acceptable: 1. Offerors
must be licensed as a construction contractor in the state of Utah. 2.
Offerors must provide a statement from their bonding corporate surety
certifying their bonding capacity for a project with an estimated
construction cost of $15,000,000 -- $25,000,000. The surety must appear
on the list contained in the Department of Treasury Circular 570,
entitled "companies holding certificates of authority as acceptable
sureties on federal bonds and acceptable reinsuring companies". Other
bonding options are available in accordance with FAR 28.204. Offerors
not meeting these minimum requirements will be notified in writing.
Failure to meet the minimum requirements must be corrected for a
proposal to be deemed acceptable for the stage II evaluation. After
completion of stage I, a Request For Proposals (RFP) will be issued
requesting both a supplemental technical proposal and price proposal.
All viable competitors will be issued the RFP, along with those
nonviable competitors who elect to continue to participate in this
acquisition. The RFP will include concept (15-20%) or tentative
(30-40%) documents. Offerors must submit price proposals and additional
information regarding technical qualifications, including project
management plans and subcontracting plans. In the Stage II evaluation,
offerors not meeting the minimum requirements outlined in stage I will
not receive further consideration and will not be technically scored.
The Government will perform a technical evaluation of Stage II
submittals using the technical evaluation factors outlined below. While
it is anticipated that discussions will be necessary, the Government
reserves the right to award the contract without discussions. Prior to
discussions, a competitive range composed of the most highly rated
proposals will be established. After conducting discussions with
offerors in the competitive range, a Final Proposal Revision will be
requested. The successful proposal, representing the best value to the
Government, will be determined by considering the technical scores and
the price proposals in a price-techncial tradeoff process. EVALUATION
CRITERIA The following criteria represent the factors that will be used
by GSA's Source Selection Evaluation Board in evaluating offerors in
Stage I. The stage I factors, along with the additional stage II
technical factors, will be used in the technical evaluation. Price will
be evaluated in stage II. Award will be made to the offeror whose
proposal, considering both price and technical factors, represents the
best value to the government. The evaluation factors are listed in
descending order of importance for Stage I. Although all technical
factors combined are considered significantly more important than
price, price is a significant factor. (1) Past performance in providing
CMc services on similar projects, or if CMc past performance is
limited, past performance on similar projects. (2) Experience in
providing CMc services, or if CMc experience is limited, similar
experience on similar projects. (3) Qualifications and experience of
key personnel on similar projects. (4) CMc's resources, facilities and
technology. The additional factors to be evaluated during Stage II are
(5) Project Management Plan. (6) Subcontracting Plan. and price.
CONTRACT AWARD The Government anticipates that preconstruction phase
construction management services will be awarded as the base part of
the contract. Construction phase construction management services and
the construction project will be options. PARTICIPATION Although his
procurement is open to large business, small, small women owned, small
disadvantaged and HUBZone small business firms are strongly encouraged
to participate. The Government recognizes the talent existing in
smaller firms and encourages their participation in construction of
Federal facilities. All Stage II respondents shall provide a brief
written narrative of their outreach efforts to utilize small, small
women owned, small disadvantaged and HUBZone small business firms on
this project. An acceptable Subcontracting Plan shall be agreed upon
prior to contract award to any large business. Large businesses shall
be required to demonstrate a proactive effort to achieve the following
minimum goals for all subcontracted work: small business (20%); small
women owned business (5%); small disadvantaged business (5%); and
HUBZone small business concerns (5%). Joint venture offers will be
considered. WRITTEN SUBMISSION REQUIREMENTS Stage I proposals must meet
the following minimum requirements to be determined acceptable: 1.
Offerors must provide proof of construction contractor license in the
state of Utah. 2. Offerors must provide a statement from their bonding
corporate surety certifying their bonding capacity for a project with
an estimated construction cost of $15,000,000 -- $25,000,000. The
surety must appear on the list contained in the Department of Treasury
Circular 570, entitled "companies holding certificates of authority as
acceptable sureties on federal bonds and acceptable reinsuring
companies". Other bonding options are available in accordance with FAR
28.204. Written Submissions should include information addressing the
following: (1). Past performance in providing CMc services on similar
projects, or if CMc past performance is limited, past performance on
similar projects. (a) Provide detailed information on at least three
projects in excess of $15,000,000 construction cost, in which the firm
provided preconstruction construction management services,
construction phase construction management services and the actual
construction work similar to the services that will be required under
this project. Describe in detail your record of delivering the
completed projects within the fixed schedules and prescribed budget.
Relate those in type and scope to this project. Provide two references
for each project submitted (individual name, title, address, telephone
number). (b) Demonstrate your ability to successfully provide the value
engineering, design oversight and independent cost estimating required
to maintain a guaranteed maximum price. Describe your record working
in a non-adversarial relationship with a building owner or developer as
a full partner in the development team. (c) Demonstrate your ability to
maintain quality and aggressive project schedules while controlling
costs. (2). Experience in providing CMc services, or if CMc experience
is limited, similar experience on similar projects in the last 10
years. (a) Describe your experience using CM as Constructor or CM at
Risk delivery to construct a project, or experience as a traditional
general contractor. Demonstrate how similar projects are comparable in
scope and complexity to this project, including fixed schedules within
a guaranteed maximum price. (b) Describe your experience constructing
major office renovation projects or similar projects with construction
cost greater than $15,000,000. (c) Provide names, addresses and
telephone number of the last three clients for which you have completed
CMc services, or if CMc experience is limited, similar experience on
similar projects in the last 10 years. (d) Describe your CMc and
construction experience within the same geographic area as Salt Lake
City, UT. Describe your knowledge of and experience with local markets,
subcontractors, the general labor market, and the federal government.
Describe your firm's use of Alternate Dispute Resolution (ADR) or
arbitration to avoid litigation. Provide a complete list of
construction claims involving you and project owners/developers in the
last 10 years and a synopsis of the outcome. Indicate if any of the
claims were resolved using ADR or arbitration. (3). Qualifications and
experience of key personnel on similar projects. (a) Summarize the
qualifications, professional designation, experience, education,
background information, specific assignments, and other significant
information for key members of the CMc team. (b) For all key personnel,
identify the anticipated duties of the person as full-time or
part-time; identify the person as an employee of the CMc firm, a
sub-contractor, or an employee of a consulting firm; and indicate the
specific geographic location in which each key member is now based.
Provide at least two references for each key person (individual name,
title, address, telephone number). (c) Describe your CMc and
construction experience within the same geographic area as Salt Lake
City, UT. Describe your knowledge of and experience with local markets,
subcontractors, the general labor market, and the federal government.
(4) CMc's resources, facilities and technology. Describe the resources
and facilities available to the CMc. Describe in-house computer office
automation capabilities, including ability to review drawings in an
AutoCad Release 12-14 format acceptable to the Government. (b) Describe
the ability to interface with the Government's Microsoft Excel V.5.0
and Word for Windows V.6.0 software, and the ability to send, receive
and share data electronically via desktop conferencing. HOW TO OFFER
Potential offerors having the capabilities to perform the services
described herein are invited to respond by submitting the required
information for the Stage I submittal. Offerors will be required to
submit three copies of the stage I proposal. The proposals should be
submitted in an 8-1/2" X 11" bound format, and should be organized to
correspond with the evaluation factors listed above. Forms SF 254 and
SF 255 may be utilized but are not required. All submittals must be
current, reflecting a date not more than one year prior to the month of
this notice. The total stage I proposal should not exceed 100 pages or
50 double sided sheets. Additional information will be required of
firms that are submitting for the Stage II evaluation. Stage I
submittalsare to be received no later than 2:00 local time on June 14,
2000. Only technical submittals should be submitted. All submittals
must clearly indicate the solicitation number on the face of the
envelope. Completed submittals must be sent to -- General Services
Administration, Public Buildings Service, Property Development (8PF),
Attention: Steve Eckelberg, Contracting Officer, Denver Federal Center,
Building 41, Room 252, P.O. Box 25546, Denver, CO 80225. Posted
05/11/00 (W-SN453876). (0132) Loren Data Corp. http://www.ld.com (SYN# 0151 20000515\Z-0002.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|