SOURCES SOUGHT
R -- Construction Management Services
- Notice Date
- 11/16/2005
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02P-05-DTC-3013(N)
- Response Due
- 12/15/2005
- Description
- Construction Management Services (CM) Phase 2 Construction of the United States Mission to the United Nations New York, N.Y. Solicitation # GS-02P-05-DTC-3013(N) New York, NY The General Services Administration (GSA), Northeast Caribbean Region announces an opportunity for Construction Management Services to support GSA?s Design and Construction Excellence Programs. The General Services Administration seeks a Construction Management (CM) Firm for Construction Phase Services for Phase 2, construction of a new United States Mission to the United Nations, which will be located at 45th Street & 1st Avenue in New York, N.Y. The scope of work for Phase 2 of the project consists of: Construction of a 26 story, 147,000 SF, steel reinforced, poured in place concrete building. The foundation of the building will be completed prior to the start of these services and will not be included in this work. The building includes special HVAC systems, security systems, telecommunication systems and AV systems. The estimated construction cost range for this project is $90,000,000.00 to $110,000,000.00. This is a Request for Qualifications (RFQ) of CM firms interested in contracting for this work. The CM firm as used in this RFQ is an association, joint venture, partnership, or other legal entity that will have a contractual responsibility for construction management. Joint Ventures must clearly identify their contractual arrangement. All services shall be performed under the direction and supervision of professional licensed architects and/or engineers. In order to be eligible to perform under this contract, the successful offeror must currently possess a Department of Defense (DoD) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). Offerors should submit their appropriate Commercial and Government Entity (CAGE) Code and certification of their facility clearance to the Contracting Officer (CO) immediately. All offerors will be required to comply with security requirements as detailed in the DD Form 254 attached to the solicitation. To assure maximum efficiency of communication, an e-mail address will be maintained by the CM?s home office and the CM?s field office. The CM is required to have and be proficient in the use of Primavera Expedition and MS Project software. The proposed project team must have the ability to provide services for large projects involving construction. The proposed project team must have the capability to perform the basic construction management disciplines (i.e. architectural, civil, structural, mechanical, electrical, fire & life safety, security, accessibility, sustainable construction, estimating and fire protection) with in-house personnel, joint venture or firm/consultant. The firms will be considered and evaluated based on demonstrated interdependency and ability of the members to provide a quality construction management effort. Additional information, on letter size sheets, specifically responding to the selection factors below and relevant photography or graphic examples shall be permitted. As mentioned above this project will be constructed in Two Phases, with Phase 1, demolition of the existing building, already completed. The Scope of Services will include the Base Contract for Phase 2 Construction Mangement Services. Construction Phase Services will include project coordination and reporting, recording minutes of meetings, meeting facilitation and attendance, record keepings, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, and other contract quality assurance functions, responding to information requests, contract modification preparation, construction progress reporting, progress payment processing, claims prevention and claims processing, monitoring labor provisions, photo documentation, general service items, contract close-out, building commissioning, and other services. Responses must include a composite Standard Form (SF) 330, Part I ? Contract-Specific Qualifications for the proposed project team, and SF-330, Part II - General Qualifications for the prime firm and each proposed consultant. The SF-330 must be dated no more than twelve (12) months before the date of this synopsis. Respondent CM Firms will be considered and evaluated on the factors described below based upon a demonstrated ability to provide quality construction management services, capacity to follow through on all phases of a project, and proven experience and past performance. The respondent CM is required to include a narrative for each of the projects included in the submitted response for evaluation. In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this solicitation. CM's are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation, including schedule information indicating original start and completion dates of the projects. The respondent CM must include current reference information including names, addresses and telephone numbers of the project owners, contact reference person for A/E firm of record, and owner of record. The government intends to contact those individuals and firms that are listed as references by the CM to verify that services provided were on similar projects and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons listed as references and persons not listed by the CM. Responses to technical evaluation criteria items 1, 2 and 4 below shall describe three (3) modernization and new construction projects, which have been completed within the past five (5) years. Describe both capability and experience on projects including: technical expertise; cost estimating; scheduling; negotiating; partnering; mediating; inspection; value engineering ability; client communication and community outreach; code and contract compliance; ability to control budget, schedule and quality of the construction. Relevant photographic or graphic examples will be permitted. The selection will be based upon evaluation of the following technical evaluation criteria: (1) CONSTRUCTION MANAGEMENT EXPERIENCE [40%]: The firm shall submit a description of its construction management background and experience in three modernization and new construction projects of the type of project specified in this RFQ. Each of the three buildings relating to these projects must be at least ten stories high and the CM services were performed within the last ten years. The costs for all three projects must be at least $50 million each and at least one single project must cost at least $80 million. The offeror must describe the degree of complexity of the projects and their ability to control budget, schedule, and quality. The offeror must address the following with respect to the complexity of the project budgets, schedules and quality control. Disciplines: Architectural, Civil, Structural, Mechanical, Electrical and site location Specialties: Fire & Life Safety, Security, Accessibility, Hazard Abatement (asbestos, contaminated soil, lead, PCB?s, etc.), Sustainable Design & Construction, cost Estimating, Commissioning and Scheduling and Electronic Project Management Site: Working in a restricted site environment (2) MANAGEMENT PLAN AND PROJECT TEAM [30%] The Project Managment Plan should provide the offeror?s perliminary approach to the construction of this project. It must describe the management approach it will use to perform the work, including the management plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel and an organization chart. The management plan must address the specific details of this project. The firm shall submit documentation of its proposed management plan and project team indicating member?s proven ability of successful experience with similar projects and capacity to work together. (3) ORGANIZATION PLAN [15%] Include an organizational plan that addresses the capability of staffing the project with qualified CM and consultant personnel in relation to work load fluctuations, ability to meet schedules, and ability to effectively respond to the work. It must also demonstrate the ability of management to delegate work (i.e. preparation of required paperwork such as modifications and payments) to performance level employees. Similarly, it must demonstrate the firm?s experience in conducting negotiation sessions with contractors and providing the owner with accurate and complete negotiation memorandums. Finally, the firm must discuss its plan for this contract in conjunction with its workload. It should specify where the firm has the office equipment needed to accommodate the firm?s Computer Aided Design (CAD) system & software, specification software compatibility with GSA, Northeast Caribbean Region. (4) COMMISSIONING TEAM CREDENTIALS AND EXPERIENCE [15%] The firm shall submit a description of its commissioning team background and experience in three modernization and new construction projects of the type specified in this RFQ. Each of these projects shall show commissioning of multidisciplinary complexity similar to this project. The costs for all three projects must be at least $50 million and at least one single project must cost at least $80 million. The offeror must describe the degree of complexity of the projects and the ability of the commissioning agent to coordinate with a variety of Federal Government subject matter experts (commissioning technicians). For each proposed team member of the commissioning team, the offeror shall provide a resume and certification credentials for the commissioning agent. Each firm shall also indicate whether any of their projects involved high profile tenants, federal agencies and whether your firm is knowledgeable of telecommunication and security design and commissioning. For each project, the answers to the questions below will be evaluated. Did the Commissioning effort provide an accurate and comprehensive commissioning plan and specification? Did the Commissioning agent/team maintain consistent and adequate project staffing throughout the duration of the project? Did the Commissioning team facilitate collaboration with the GC, Subcontractors, AE, and Owner to accomplish the commissioning tasks? Was the Commissioning team successful in delivering a high quality project? The GSA Screening/Slate Selection Board shall screen the qualifications and performance record of the CM submittals and shall short list a minimum of three firms for interviews and further evaluation by the GSA Evaluation Board. The firms will be notified of GSA?s short list selections. Consideration will be limited to firms having an existing active construction management practice in the State of New York. The successful offeror will be required to staff an office at the job site for the duration of the construction phase. CM firms must indicate their ability to comply with the area of consideration required as part of their response to this notification. Construction Management firms having the capability for the proposed work, in order to be considered, must submit Standard Form SF-330 with 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 evaluation criteria under Construction Management Experience. All firms being interviewed shall be expected to address their qualifications for the above selection factors and the specific projects. A selection shall be made from the interviewed short listed firms, and a fee proposal will be requested. Upon award of the contract, the CM Firms will be notified of GSA?s selection. This procurement is issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-19), and will be open to small and large business concerns. Before award of the contract, the CM (if not a small business of $28.5M gross average sales receipts for the past three years), shall be required to present an acceptable Small Business 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 subcontracting goals of 39 percent for small businesses, 6 percent for small disadvantaged businesse, 5 percent for women-owned small businesse, 3 percent for HUBZone businesse, and 3 percent for service-disabled veteran-owned businesses, and 5 percent for veteran-owned small business concerns.. In support of the agency's efforts, the CM shall demonstrate a proactive effort to achieve the above goals. The use of subcontracting consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with small, small disadvantaged, women-owned small, HUBZone small, veteran-owned small business, and service-disabled veteran owned small business firms as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. A Scope of Work for the services covered under the RFQ can be obtained by calling Winnie Eng, Contract specialist, at 212-264-2575. A full set of contract documents including specifications and drawings will be available for review to all interested offerors at 26 Federal Plaza, New York, NY. However, firms desiring to review the construction documents need to have submitted their appropriate Commercial and Government Entity (CAGE) Code and certification of their facility clearance to the Contracting Officer (CO) prior to being able to view the construction documents. If your firm wishes to view the contract documents or if you have any questions in regard to this project, you may contact Ms. Hester Harper, Contracting Officer, by calling 212-264-2551, or by email to hester.harper@gsa.gov, with a copy to winnie.eng@gsa.gov. A Pre-Submittal Conference will be held on 11/29/2005 at 10:00 a.m. at the Jacob K. Javits Federal Building, 26 Federal Plaza, Room 1630, New York, NY to discuss the project and address any questions or concerns. If you plan on attending this conference, please notify Ms. Harper at the phone number or email address listed above by 11/25/2005. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting four (4) copies of all documents required (including SF330, Part I ? Contract Qualifications and SF330, Part II ? General Qualifications, along with a cover letter of interest), as well as a copy of their facility security clearance at the SECRET level, if not already submitted. Submission should be addressed to: General Services Administration, 26 Federal Plaza, Bid Room 18-110, New York, New York 10278, by 3:00 p.m. local time on 12/15/2005. The following information must be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-05-DTC-3013(N) Construction Management Services for the Construction of the United States Mission to the United Nations New York, N.Y. 2) Due Date: 12/15/2005, 3) Closing Time: 3:00 P.M. Late responses are subject to FAR Provision 52.214-7. This contract will be procured under the Brooks Act and FAR Part 36. Award of the contract is contingent upon funding approval. Submissions delivered to the issuing office will not be accepted. This is not a request for proposal.
- Place of Performance
- Address: New York, NY
- Country: USA
- Country: USA
- Record
- SN00933160-W 20051118/051116212451 (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 |