Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2007 FBO #1980
SOLICITATION NOTICE

Y -- CMa for the New United States Courthouse in Jefferson City, Missouri

Notice Date
4/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Division (6PC), Construction Acquisition Branch II (6PCA II), 1500 E. Bannister Road, Kansas City, MO, 64131-3088, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS06P07GYC0027
 
Response Due
6/19/2007
 
Description
SOLICITATION FOR CONSTRUCTION MANAGER AS AGENT (CMa) Contract, General Services Administration, 1500 E. Bannister Road, Room 2135, Kansas City, Missouri 64131-3088. Request for proposals will be on or about May 15, 2007. Estimated cost range is between $1,000,000 and $5,000,000. The NAICS is 236220. Project Description: The purpose of this source selection procurement is to select a high-quality Construction Manager as Agent (CMa) to provide Design Reviews, carry out Commissioning Services, run Value Engineering Sessions, perform Estimate Reconciliation, and provide oversight during construction for the new United States Courthouse project in Jefferson City, Missouri. Project design and construction will meet, as a minimum, the Leadership in Energy Efficient Design (LEED) Certified Standard, as defined by the United states Green Buildings council, with a goal of the Silver LEED rating. Project History: The proposed United States Courthouse will be constructed on a site within the CBD of Jefferson City, Missouri and will consist of approximately 10,990 gross square meters (118,294 gross square feet), while containing 9,819 useable square meters (105,694 useable square feet). Project Scope: The CMa contract will consist of a base with three (3) options, work shall include, but is not limited to: Base: Design Phase Services - 1) Value Engineering, 2) Construction Cost Estimate Reconciliation, and 3) Commissioning Services. Option 1: Design Phase Services ? CMa Design Review Services The GSA requires that A/E design submissions undergo three general types of design review: Owner?s review, Code and Standards review, and Constructability Review. Design quality assurance services are required to be performed by the CMc and the CMa repeatedly during the Design Stage. Option 2: Construction Phase Services ? Commissioning During the construction phase, the CMa will coordinate testing, inspection and quality assurance activities with their independent commissioning agent. Option 3: Construction Phase Services ? CMa Services Work shall include, but is not limited to, logging Request For Information (RFI?s), processing proposals/modifications and Submittals, and performing Construction Inspections. This is a competitive negotiated acquisition. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures. The Government intends to use the best value concept in making the selections. The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation; which in the Government's estimation, provides the greatest overall benefit in response to the requirement. The RFP will be issued on or about 5/15/2007. Proposals shall be received in the Office of Business and Support Services (6ADB), Federal Building, 1500 E. Bannister Road, Room 1161, Kansas City, MO 64131-3088 on 6/19/2007. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. However, the Government may request additional information from offerors that it considers having a reasonable chance of being selected and may discuss proposals with the offerors. Two factors will be considered: a technical evaluation factor and price. The elements that make up the technical evaluation factor, in descending order of importance are: (1) Experience and Past Performance of the Firm, (2) Experience and Qualifications of Key Personnel, and (3) Management Plan and Technical Approach. The technical factor is significantly more important than the price factor. As proposals become more equal in the technical merits, price becomes more important. The RFP will be available from the General Services Administration through the GPE on FedBizOps. All responsible sources may submit a proposal, which will be considered by the agency. The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOps and the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from you company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor?s responsibility to monitor FedBizOps for any changes and/or conditions. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Small Business Participation: In accordance with the Small Business Competitiveness Demonstration Program, this procurement is unrestricted and is therefore open to both large and small business concerns. Although this procurement is open to large business, small businesses are encouraged to participate. In accordance with Public Law 95-507, the offeror will be required to provide maximum practicable opportunities for small, disadvantaged, veteran owned, service disabled veteran owned and HUBZone businesses through subcontracting opportunities. In the event a large business (small businesses are not subject to this requirement) is the awardee, an acceptable subcontracting plan must be reviewed and approved by SBA prior to award of this contract. Large businesses shall be required to demonstrate a proactive effort to have participation from small (37%), small disadvantaged (6%), small women-owned (5%), small HUBZone (3%), small veteran-owned (5%) and Service Disabled Veteran-Owned Small (3%) business concerns. Large businesses shall be required to demonstrate a proactive effort to achieve the above minimum goals for all subcontracted work. Offers from HUBZone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 - Notice of Price Evaluation Preference for HUBZone Small Business Concerns shall apply.
 
Place of Performance
Address: Jefferson City, Missouri
Zip Code: 65102
Country: UNITED STATES
 
Record
SN01283262-W 20070429/070427221920 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.