COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 General Services Administration, Public Buildings Service (PBS),
Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New
York, NY, 10278 R -- CONSTRUCTION MANAGEMENT SOL GS02P00DTD0014 DUE 082400 POC Hester
Harper, Contracting Officer, Phone (212) 264-2551, Fax (212) 264-0588,
Email hester.harper@gsa.gov -- Hester Harper, Contracting Officer,
Phone (212) 264-2551, Fax (212) 264-0588, Email hester.harper@gsa.gov
WEB: Visit this URL for the latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=GS02P00DTD0014&LocID=54. E-MAIL: Hester Harper, hester.harper@gsa.gov. SUBMIT A
LETTER TO GENERAL SERVICES ADMINISTRATION, 26 FEDERAL PLAZA, NEW YORK,
NY 10278, ROOM 1639, ATTENTION: HESTER HARPER, OR E-MAIL ME AT
hester.harper@gsa.gov, EXPRESSING INTEREST IN RECEIVING A COPY OF THE
STATEMENT OF WORK. PLEASE INDICATE YOUR BUSINESS SIZE IN ACCORDANCE
WITH THE DEFINITION BELOW. The General Services Administration (GSA)
seeks a firm with management experience in design and construction to
provide services for design phase review, project administration
management, and quality control. Supplemental Construction Management
(CM) services on an as needed basis for a term of one year under a firm
fixed price indefinite quantity contract, for projects located in
Metropolitan New York, (Boroughs of Bronx, Brooklyn, Manhattan, Queens,
Staten Island and the Counties of Nassau, Suffolk, Rockland and
Westchester) and New Jersey (Counties of Bergen, Essex, Union, Morris,
Passiac, Hudson, Middlesex, and Monmouth. The contract will contain
four unilateral one-year renewal options. The total aggregate maximum
order limitation shall not exceed $750,000.00 during the base period or
any option year. GSA is seeking a firm with qualifications and
experience in managing design and construction projects for 1.5 Million
dollars or more. All services shall be performed under the direction
and supervision of professional architects and/or engineers. Services
shall include, but not be limited to, investigations, building
evaluation reports, testing services, and prospectus development
studies. In addition, primary design management will include but will
not be limited to review of design documents including design
development and working drawings for constructability, and
participating in value engineering. During construction, services will
include project coordination and reporting, cost and schedule control,
review of submittals, testing services, contract administration
including inspection for conformance with design and specifications,
change order administration, claims analysis and litigation support,
and other contract quality assurance functions. Selection will be based
on the following three evaluation criteria: (I) CONSTRUCTION MANAEMENT
INCLUDING DESIGN REVIEW EXPERIENCE (55%) -- Background with respect to
design and construction management for the types of contracts and
services specified in this solicitation. Relevant experience with
Federal agencies and knowledge of applicable Government regulations;
local area experience; energy conservation; hazardous material
abatement; handicapped accessibility; fire and life safety; sustainable
(green) design and construction; and demonstrated ability to render
professional services in a responsible manner to further the client's
interest. (II) PROJECT TEAM (25%) -- Education & background
qualifications, professional licenses, and affiliations of principal
team members. The team's demonstrated ability of working together to
provide similar relevant services to public and private sector clients
(with references). (III) MANAGEMENT & ORGANIZATION (20%) -- Management
approach to performing the work. The firm (and its consultants')
capability of staffing the project with qualified personnel in relation
to its current workload, ability to effectively respond to workload
fluctuations and to accomplish within established schedules. Ability to
provide qualified employees from within their existing full time staff.
Demonstrated continuity of personnel assigned to projects from
beginning to end. Adequacy of support facilities. Consideration will be
limited to firms with an active office within the geographic area
located in Metropolitan New York, (Boroughs of Bronx, Brooklyn,
Manhattan, Queens, Staten Island and the Counties of Nassau, Suffolk,
Rockland and Westchester) and New Jersey (Counties of Bergen, Essex,
Union, Morris, Passiac, Hudson, Middlesex, and Monmouth). The
successful offeror will be required to properly staff offices at the
job sites of the larger projects for the duration of the construction
phase. A joint venture firm/consultant arrangement(s) will be
considered and evaluated by the demonstrated interdependence of the
members and ability to provide quality design and construction
management services. At least one key member in any proposed joint
venture must have an existing active office within the stated
geographic limits. CM firms must indicate their ability to comply with
the area of consideration required as part of their response to this
notification. Small and Minority Businesses are encouraged to
participate. This procurement will be open to both large and small
business concerns and is being issued under the Small Business
Competitiveness Demonstration Program. In accordance with Public Law
95-507, the selected CM will be required to provide maximum practicable
opportunities for Small Business Concerns and Small Disadvantaged
Business Concerns owned and con trolled by socially and economical
disadvantaged individual to participate as subcontractors in the
performance of this contract. As part of its commitment to
socioeconomic initiatives of the Federal Government, the General
Services Administration has established subcontracting goals of 32
percent for Small Business, 6 percent for Small Disadvantaged Business,
and 3 percent for Women-Owned Small Business, and 0.5 percent HUBZone
Small. In support of the agency efforts, firms seeking consideration
for this contract should provide maximum practicable subcontracting
opportunities for small, small disadvantaged, and small women-owned
business. The use of subcontractors/consultants shown on submitted
SF254's would be reflected in a Small Business subcontracting plan
included in the contract. Firms must also provide a brief written
narrative of outreach efforts made to utilize Small, Small
Disadvantaged, and Women-Owned Business. The narrative shall not exceed
one type written page. An acceptable subcontracting plan will be a
preaward submission requirement of the selected firm, and must be
agreed upon before contract award. Small businesses are not subject to
this requirement. The size standard for a Small Business Concern under
this announcement is a concern, including its affiliates having an
average annual sales receipt for its preceding three fiscal years not
in excess of $4,000,000.00. Scope of services and draft contract will
be furnished to all firms being interviewed. The CM selected will be
required to submit preliminary salary rates and overhead rate(s) to the
Contracting Officer within 14 calendar days of selection notification.
The CM firm must submit a statement of the current workload of the
firm and detailed information concerning several selected projects
which demonstrate the firm's ability to provide similar relevant
services as required by the THREE evaluation criteria above. A
shortlist of the top firms (at least 3), based on the above criteria
will be notified for interviews from which a final selection will be
made. Posted 08/10/00 (D-SN484463). (0223) Loren Data Corp. http://www.ld.com (SYN# 0099 20000814\R-0011.SOL)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|