SOLICITATION NOTICE
Z -- CM Services for Cincinnati, Ohio and Minneapolis, Minnesota
- Notice Date
- 6/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Office of Property Development (5PE), 230 South Dearborn Street, Room 3600, Chicago, IL, 60604, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- GS05P07GBC0026
- Response Due
- 8/8/2007
- Archive Date
- 8/8/2008
- Description
- The General Services Administration (GSA) Great Lakes Region announces an opportunity for Construction Management (CM) services for the lease construction of Federal Bureau of Investigation office buildings in Cincinnati, Ohio and Minneapolis, Minnesota. This procurement falls under one solicitation with the possibility of multiple awards. The estimated cost of the lease construction for the Cincinnati site is approximately $30-40 million and the estimated cost of the lease construction for the Minneapolis site is approximately $70-80 million. The CM shall be a member of the project development team during selection of a developer, design and construction phases. For Cincinnati, it is anticipated that pre-lease award services will begin in December 2007 and the design phase will begin in April 2008. For Minneapolis, it is anticipated that pre-lease award services will begin in October 2007 and the design phase will begin in February 2008. The scope of the CM services under this proposed contract includes pre-planning, programming, design management and review, project development, monitoring LEED certification, procurement support, construction management, cost estimating, scheduling, and post-construction support in cooperation with GSA personnel, building clients, A/E firms, and construction contractors. The CM does not perform design or actual construction work. All contracts for design and construction will be conducted directly with GSA. All work will be performed under a firm, fixed-price contract. The fixed price shall include the cost for all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided). Small Business Participation: This is a negotiated procurement open to both large and small business concerns in accordance with the Small Business Competitive Demonstration Program. The North American Industry Classification System (NAICS) code is 236220 with a small business size standard of $31 million. Although this procurement is not set aside for small businesses, small businesses including women-owned, minority-owned, HUBZone, veteran-owned, small disadvantaged businesses and service disabled veteran-owned businesses are strongly encouraged to participate in this project. In accordance with 15 USC 631, large businesses will be required to provide these small firms the maximum practical opportunities to participate as subcontractors in the performance of this contract. Each large firm will be required to submit an acceptable subcontracting plan that meets, and preferably exceeds, the minimum acceptable subcontracting target goals established by the Small Business Administration (SBA). An acceptable subcontracting plan must be reviewed and approved by the SBA prior to award of this contract. Small businesses are not subject to this requirement. However, all firms seeking consideration for this contract will need to demonstrate a proactive effort to achieve the highest possible subcontracting goals for local business participation. In order to receive the benefit of a price evaluation preference as a HUBZone small business concern, firms must be certified by the SBA. Please refer to the SBA website at www.sba.gov for details. Joint Ventures: Joint ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the members to provide a quality CM team effort. Proposal Submission Requirements: The solicitation package will only be available electronically. It will be available on or about July 9, 2007. The solicitation will not be available on the Fedbizopps website. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Potential offerors must register on the FedTeDS website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedTeDS website, www.fedteds.gov or the CCR website, www.ccr.gov. The offer due date and time for receipt of proposals will be on or about August 8, 2007 at 12:00 P.M. (Central Time). Any questions regarding this notification should be directed to Abdulrahman Habeeb at (312) 353-5563.
- Place of Performance
- Address: Cincinnati, Ohio and Minneapolis, Minnesota. Please note that CM services will be required at each location identified.
- Zip Code: 45201
- Country: UNITED STATES
- Zip Code: 45201
- Record
- SN01325185-W 20070623/070621224511 (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 |