COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS
C -- CONSTRUCTION MANAGEMENT SERVICES, NEW LOS ANGELES COURTHOUSE
- Notice Date
- October 27, 2000
- Contracting Office
- GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102
- ZIP Code
- 94102
- Solicitation Number
- GS-09P-01-KTC-0012
- Response Due
- November 30, 2000
- Point of Contact
- Greg McSweeney, (415) 522-3121
- Description
- The General Services Administration (GSA, Region 9, San Francisco) announces a requirement for a firm fixed price Construction Management Service Contract to provide services for design phase review, construction management, and quality assurance for the construction project of a new Courthouse in downtown Los Angeles, CA. The estimated construction cost is between $250,000,000 and $300,000,000. The estimated size of the building is 1 million square feet including parking for 150 cars. Concepts design is anticipated to commence in July, 2001. Award for the design A/E is anticipated for early 2001. Award for the CM is anticipated for early 2001. Design/build award is anticipated for early 2003. It is anticipated that the Bridging Process will be used for this project. A design architect will be hired to provide a conceptual design. The conceptual design will used to solicit a design/build team that will complete the design and construct the building. GSA is seeking a firm with qualifications and design/build experience in managing the design and construction of similar sized high-rise buildings comprised of courts and court-related facilities. All services under this contract shall be performed under the direction/supervision of professional architects and/or engineers with substantial construction experience. Base contract includes, but is not limited to, concept design phase review, advise on level of detail of Bridging Documents, review for constructibility and innovation opportunities, perform value engineering and independent budget estimates. Optional services include: (1) Procurement phase services: assistance to the Government on contract packaging strategies, develop and prepare Request for Qualification (RFQ), Request for Proposal (RFP) packages including preparation of appropriate performance specification to serve as a basis for the design/build contract, assist in design/builder selection process, and provide advise during the technical evaluation of proposals. (2) Design/build phase services: Review construction drawings for compliance with design guidelines and design phase documents, review construction for compliance with design guidelines and design phase documents, monitor quality and commissioning requirements, provide coordination between the design/builder and the Government, monitor cost and schedule, review submittals, assist in tenant move-in, perform claims analysis, litigation support and other contract quality assurance functions. (3) Demolition phase services: Procure and manage sitework contract to include demolition, hazardous materials removal/disposal and/or excavation. A short list will be established based on the following four evaluation criteria: (1) Past Experience of Firm (30%), Demonstrated experience on 5 major projects completed in the past 10 years of similar size and complexity in design review and construction management. Emphasis will be given to specialized experience in Courthouse Construction Management, experience in design/build management, experience in the Southern California area, and experience with applicable Federal Government regulations. (2) Experience of Individual Team Members (30%), Education and background, qualification, 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. (3) Management Strategies (20%), Visual and narrative presentation of your management approach to a project of this size and complexity including anticipated milestone methods employed for cost and schedule control, communication and reporting procedures. Identify critical areas of concern and potential problems and your proposed methods of resolving them and achieving successful project. (4) Past Performance (20%), For each project identified in (1) above and for key personnel submitted, provide the owners name, two points of contact, phone numbers for the points of contact. Demonstrate successful design review, cost control, schedule control, quality control and the ability to render professional services in a reasonable manner to further the clients interests, A maximum of five (5) firms will be short listed. As part of the selection process, the short-listed CM firms will be interviewed in their established offices in California. Following the interviews, a RFPP (Request for Price Proposal) will be sent to the selected CM firm. Consideration for contract services is limited to firms having an existing active office in the State of California (geographic limit), preferably Los Angeles County and/or Orange County. Respondent shall demonstrate that their personnel proposed for this contract are willing to relocate to the project (job) site in Los Angeles for the duration of the design/build phase. Joint venture or firm/consultant arrangements may be considered. Any proposed joint venture or firm/consultant arrangement, including key personnel, will be required to have an existing office within the geographic area of consideration capable of performing 70% of all contract services. This procurement is made under the Small Business Competitiveness Demonstration Program. Although this procurement is open to large business, small and minority firms are also encouraged to participate. Before award of the contract, the CM firm (if not a small business with $4M gross average sales receipts for the past three (3) years) shall be required to submit an acceptable Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40 percent for Small Businesses, 5 percent for Small Disadvantaged Businesses, and 5 percent for Small Woman-Owned Businesses. Firms having the qualifications to meet these requirements are invited to submit their GSA Form 254 and 255 along with a statement of the current workload of the firm. The short-listed firms will be published on the CBD and will be notified for interviews. A pre-submittal meeting will be held on November 9, 2000 at the Federal Building, 300 North Los Angeles Street, Los Angeles, 8th Floor Conference Room 8529 at 10:30 A.M. Registration for the pre-submittal meeting is recommended for all attendees. Although attendance is not mandatory, offerors are encouraged to attend. Submittal to this solicitation is due on November 30th 2000, by 4:00 P.M. and shall be mailed to Greg McSweeney, Contracting Officer, General Services Administration, Property Development Division (9PCS) 450 Golden Gate Ave., 3rd Floor West, San Francisco, CA, 94102. Please mark the package with Solicitation Number GS-09P-01-KTC-0012. Submissions delivered or received after November 30th 2000 will not be accepted. Award of the contract is contingent upon Congressional funding approval. This is a request for qualifications.
- Record
- Loren Data Corp. 20001031/CSOL004.HTM (W-301 SN5053L3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 27, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|