Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,2000 PSA#2626

General Services Administration, Public Buildings Service (PBS), Project Services (10PCPB), 400 15th Street, S.W., Auburn, WA, 98001-6599

Z -- CONSTRUCTION MANAGER AS CONSTRUCTOR (CMC) SERVICES FOR PROSPECTUS ALTERATION -- FEDERAL BUILDING U.S. COURTHOUSE AND ANNEX, ANCHORAGE, ALASKA SOL GS-10P-00-LTC-0025 DUE 071800 POC Jacquelyn Owens, Contracting Officer, Phone 253-931-7675, Fax 253-931-7395, Email Jacquelyn.Owens@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-10P-00-LTC-0025&LocID=129. E-MAIL: Jacquelyn Owens, Jacquelyn.Owens@gsa.gov. The GSA, PBS, Project Services Branch invites eligible contractors to submit qualification statements for consideration as Construction Manager as Constructor (CMc) on subject project. SIC Code 1542. OUTLINE OF SERVICES REQUIRED. A CMc is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide activities usually performed by both a Construction Manager (CM) and a General Contractor (GC) for purposes of constructing a project. The CMc shall be prepared to successfully complete all aspects of project construction, and to provide the best value available for the scope and budget. The CMc shall manage major portions of the project business including activities that might traditionally be performed by GSA staff and other GSA representatives. The CMc shall serve as an agent of the GSA, and undertake to prevent problems and claims. The CMc services will begin with pre-construction (design support) planning, and from there be directed to construction and construction-related management. Concurrent with pre-construction and construction, the CMc will also provide occupant support services made necessary by the performance of construction work in an occupied building. PROJECT OVERVIEW [Building Description] -The site of this project is the Anchorage Alaska Federal Building U.S. Courthouse and Annex. Together, the main building and the annex house about 30 agencies, with around 1500 total staff. Together the two buildings are approximately 600,000 GSF. The main building is arranged in six unified but vertically distinct modules (A-F) varying in height from two to five stories, plus a basement garage and roof top mechanical spaces. The annex is arranged in one module (G), in a single story, partially below grade, with a publicly accessible roof terrace. In both buildings, office space was arranged originally as a continuous open area on each story, extending through several modules. Office space is now extensively subdivided with walls andmodular furniture. Both buildings will remain occupied during the project, and building occupants must remain fully operational. In addition to the construction, the CMc will be responsible to protecting and/or relocating the occupants of the building as construction circumstances and occupant requirements dictate. The decision to relocate rests with the occupants. Both buildings house specific facilities that cannot be relocated. In the main building these include courtrooms, detention facilities, major computer rooms, libraries, toilet rooms, and the cafeteria. Similarly, there are computer rooms, libraries, and toilet rooms in the annex, and the annex is the site of space that may be used for the temporary housing of agency units. [Synopsis of Construction] -- The construction project is presently described as three general groups of work. These are captioned as Project Packages, i.e., PP/A, PP/B, and PP/C. PP/A -- Replace existing HVAC digital controls with new digital controls, in two increments: first, to take charge of existing HVAC systems, and subsequently cut-over to control, step by step, the new HVAC systems; PP/B -- Replace major portions of the existing HVAC systems, including local air supply and re-heat systems, and perimeter heating systems throughout the building, including all occupied office areas. Provide additional new central fans and selectively modify other central equipment. Integrate HVAC Controls. Replace the Fire Alarm system. Provide new toilet rooms in selected locations. PP/C -- Replace the roofs of the main building with a new EPDM IRMA system, and replace the skylight of the main building atrium with a window-wall monitor. Construction Contract Documents arranged in this format will be provided with the Stage II RFP. These documents will be presented in varying degrees of completion. An outline of the preparations for the support of the occupants will also be presented with the Stage II RFP, plus a group of related documents. The organization and sequencing of all work will become the responsibility of the CMc. SCOPE OF SERVICES: The CMc shall be a member of the project development team during the planning, design and construction phases, along with GSA, GSA's selected Architect-Engineer firm and GSA's selected Contract Administration firm. The CMc shall have complete responsibility for construction of the improvements and related services within the limits of a pre-determined construction period and cost. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. The CMc shall provide staff in all necessary professional and technical skill groups required for the project. [Pre-construction.] Complete the documentation of building occupant existing conditions. Consult with GSA, the AE, and especially with the occupant agencies, to establish a program and schedule for the work. Establish scope and cost of services for protection and relocation of building occupants. Consult with GSA, especially the Property Manager, to assure continued successful operation of the building during the project. Consult with GSA and the AE finalize the project scope and establish a Guaranteed Maximum Price (GMP). Establish an integrated schedule for all aspects of the project. Prepare for construction. [Construction]. Provide the product described in the A-E Construction Contract Documents (CCD), PP/A, PP/B, and PPC, as may be modified by GSA in the course of the Pre-construction services described above, and as agreed upon for purposes of establishing the GMP. Provide services in support of building management to assure acceptable function and operation of the building during the project. [Construction Management] Provide the interface for all project communication and provide project document management for exchanges between the construction administration itself, and the GSA Contract Administrator (CA), the Architect-Engineer (AE), and GSA project management. Provide the administration of the business of the project as is required for correct and legal conduct of the work. [Occupant support]. Provide all services necessary to work with and around the occupants of the project area. Provide planning, scheduling, notifications, space development, moves, storage, and protection necessary for ongoing operation of the businesses conducted in the buildings. Attend to both space management and communications systems. SELECTION PROCESS: [Method of selection]. A CMc will be competitively chosen using a TWO STAGE Source Selection/Best Value process (FAR 15.101-1). Stage I is initiated with this announcement. This procurement is issued pursuant to the Small Business Competitive Demonstration Program. In this acquisition all technical factors, when combined, are significantly more important than cost or price. The prospective contract is anticipated to be a Fixed Price Incentive arrangement and has a magnitude of $15 -- 25,000,000.00. [The TWO-STAGE process requirements] In the first stage of the selection, offerers 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 elect to 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: Stage I proposals must meet the following minimum requirements to be determined acceptable: 1. Offerers must be licensed as a construction contractor in the state of Alaska. 2. Offerers 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. Offerers not meeting these minimum requirements will be notified in writing. Failure to meet the minimum requirements result in disqualification. 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. The RFP will include tentative design and construction contract documents. Offerers must submit price proposals and any additional information regarding technical qualifications, including Project Management Plan and Subcontracting plans. In the Stage II evaluation, offerers 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. Oral presentations may be conducted at this point. While it is anticipated that discussions will be necessary, the Government reserves the right to award the contract without discussions or oral presentations. Prior to discussions, a competitive range composed of the most highly rated proposals will be established. Oral presentations may be required. After conducting discussions with offerers 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-technical tradeoff process. EVALUATION CRITERIA: The following criteria represent the factors that will be used by GSA's Source Selection Evaluation Board in evaluating offerers in Stage I. The Stage I factors, along with additional stage II technical factors, will be used in the overall technical evaluation. Price will be evaluated in Stage II. Although all technical factors combined are considered significantly more important than price, price is a significant factor. 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. (1) Past performance in providing CMc services on similar projects, or if CMc past performance is limited, past general contractor performance on similar projects. (2) Experience in providing CMc services, or if CMc experience is limited, general contractor experience on similar projects. The additional factors to be evaluated during Stage II are (3) Project Management Plan, (4) Subcontracting Plan, and (5) price. SB 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 (30%); small women owned business (3%); small disadvantaged business (9%); and HUBZone small business concerns (1%). Joint venture offers will be considered. WRITTEN SUBMISSION REQUIREMENTS: Stage I proposals must meet the following minimum requirements to be determined acceptable: 1. Offerers must provide proof of construction contractor license in the state of Alaska. 2. Offerers 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 $10,000,000 construction cost, in which the firm provided pre-construction 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 a self-assessment of performance on each project. Provide two references for each project submitted (individual name, title, address, telephone number). (b) Demonstrate your ability to successfully provide 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, general contractor 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, hospital, technical centers, etc.. renovation projects or similar projects with construction cost greater than $10,000,000. (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 geographic area of Anchorage, AK. 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. 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. Stage I submittals are to be received no later than 2:00 local time on the date set for receipt of offers. Only technical submittals should be submitted. All submittals must clearly indicate the solicitation number on the face of the envelope. Send Stage I Proposals to: General Services Administration, Public Buildings Service, Project Services(10PCPB), Attention: Jacquelyn Owens, Contracting Officer, 400 15th Street SW, Auburn, WA 98001-6599 Posted 06/19/00 (D-SN466055). (0171)

Loren Data Corp. http://www.ld.com (SYN# 0127 20000621\Z-0011.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page