Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

General 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