SPECIAL NOTICE
Y -- Construction Manager as Constructor (CMc) Services for the Burger Fed. Building & U.S. Courthouse, St. Paul, MN
- Notice Date
- 1/5/2004
- Notice Type
- Special Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (5PC), 230 South Dearborn Street, Room 3512, Chicago, IL, 60604
- ZIP Code
- 60604
- Solicitation Number
- GS05P04GBC0004
- Response Due
- 1/23/2004
- Archive Date
- 2/7/2004
- Point of Contact
- Maria Williams, Lead Contract Specialist, Phone 312-886-3983, Fax 312-886-4103,
- E-Mail Address
-
maria.williams@gsa.gov
- Description
- The solicitation previously announced on October 3, 2003, is now available to interested parties. Project Description: The General Services Administration announced this opportunity for Construction Manager as Constructor (CMc) Services Contract for the renovation of the Warren E. Burger Federal Building & U.S. Courthouse, 316 Robert Street, in St. Paul, Minnesota. The scope of CMc services under this proposed contract includes Pre-construction Phase Services and the option for Construction Phase Services. The CMc will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. For this contract, technical factors, when combined, are significantly more important than cost or price (see FAR 15.101-1 Trade Offs). The Government reserves the right to make award on initial offers, but discussions may be held if appropriate. Project Summary: The W.E. Burger Federal Building & U.S. Courthouse was constructed in 1966. The seven- story building provides 260,541 occupiable square feet. The renovation project will increase the presence and meet the operating needs of the courts, upgrade the facility to U.S. Courts Design Guide standards, meet ADA requirements and improve security. Work items include creating a separate circulation system for the judges, prisoner, staff and public; security upgrades at the building entrance, new salleyport, new Special Proceedings Courtroom, and expansion of the court family functions. Construction will be phased, as the building will be fully occupied during the renovation. It is anticipated that multiple bid packages may be developed. Estimated optional construction phase cost range is $25,000,000 to $30,000,000. Definition of Construction Manager as Constructor: A Construction Manager as Constructor, or CMc, is defined as a firm engaged under direct contract to a building owner, in this case the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services. The CMc shall be a member of the project development team during the planning, design, and construction phases. Proposal Submission Requirements: Proposals will be evaluated using a two-stage, advisory multi-step process (FAR 15.202). The RFP will contain an explanation of the entire selection process, including the evaluation factors for Stage I and Stage II of the Request for Proposals (RFP). Under Stage I, offerors must submit information regarding the firm's qualifications and past performance, as identified in the RFP. The evaluation team will review the submissions and shall advise respondents if they are considered to be viable competitors, and of the general basis for that opinion. Notwithstanding the advice provided by the Government in response to their Stage I submissions, offeror's may elect to continue participation in the acquisition. The offeror's decision whether or not to proceed at this point will be final. The Government will evaluate all continuing offeror's responses in accordance with the criteria stated in Stage I of the RFP. Offerors will submit Stage II proposals and participate in interview before the selection board. This procurement is open to large and small business participation. Large businesses will be required to demonstrate a proactive effort to achieve the following minimum goals for subcontracted work: 25% for Small Business (SB), which includes the following goals of 3% for HUBZone Small Business (HZSB), 5% for Small Disadvantaged Business (SDB), 5% for Women-Owned Small Business (WOSB), and 3% for Veteran-Owned Small Business (VOSB) that includes 3% for Service-Disabled Veteran-Owned Small Business (SDVOSB). An acceptable Subcontracting Plan shall be agreed upon prior to contract award to any large business. (Small businesses are not subject to this requirement.) Offers from Hub Zone small business concerns are eligible to receive a price evaluation preference per FAR 19.13. Clause FAR 52.219-4 - Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. Offers from Small Disadvantaged Business concerns are eligible to receive a price evaluation preference per FAR 19.12. Clause FAR 52.219-23 - Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns shall apply. Pre-Proposal Conference: A Pre-Proposal conference will be held at the Warren E. Burger Federal Building & U.S. Courthouse, 316 Robert Street, St. Paul, MN 55101. Details will be annouced via amendment. How to Request A Copy of RFP: Potential offerors who have not already requested and received the RFP are invited to do so by contacting Maria Williams, Contracting Officer, at maria.williams@gsa.gov or by calling 312.886.3983. Stage I Proposals will be due at the: General Services Administration, Property Development Division (5PCI), 230 S. Dearborn Street 35-6, Chicago, IL 60604, no later than (NLT) 2:00 p.m. CST on January 23, 2004.
- Place of Performance
- Address: St. Paul, MN
- Country: USA
- Country: USA
- Record
- SN00498519-W 20040107/040105211916 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |