Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
SOLICITATION NOTICE

Z -- CMc for Phase 1 of Department of State Museum of American Diplomacy - Pavilion

Notice Date
5/16/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P11MKC0044
 
Point of Contact
Linda A. Spessato, Phone: 202-205-5423
 
E-Mail Address
linda.spessato@gsa.gov
(linda.spessato@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services announces an opportunity for Construction Excellence in Public Buildings. Project Summary: GSA intends to award a firm-fixed price Construction Manager as Constructor (CMc) contract, based on a Guarantee Maximum Price (GMP), for all design assist phase services and construction phase work necessary (as an option) to construct and equip Phase I of the Department of State (DOS) Museum of American Diplomacy and Visitor Center in Washington, DC. Phase I of the Museum of American Diplomacy and Visitor Center will consist of the Pavilion, which will be an addition to and connect to the DOS building, and shall function as the public entrance and reception area of the Museum of American Diplomacy and Visitor Center. Phase II, the remainder of the Museum of American Diplomacy and Visitor Center, shall be constructed within the existing DOS building at a later date under a separate contract. The Pavilion shall house exhibits, which shall be fabricated and installed under the scope of this solicitation, and provide for the security screening of the public, as well as DOS employees and guests. The Pavilion shall consist of approximately 20,422 GSF on two levels; the upper level will consist of 12,378 GSF; and the lower level will consist of 8,044 GSF. The estimated construction cost, including all construction work and exhibit fabrication and installation, ranges between $18,000,000 to $24,000,000. All work will be performed in accordance with GSA authorized and approved standards. The facility will be located entirely on Federal Property at the site of the Harry S Truman Department of State headquarters building, near the corner of Virginia Avenue and 21 st Street, NW, Washington, DC. The project will be built in the foreground of the existing entrance to the George C. Marshall Wing of the Old War building. The pavilion is designed to complement the proportions and massing of the existing historical façade in an unobtrusive manner, while shall house exhibits, interactive technology and compelling artifacts to foster understanding and appreciation for the importance of diplomacy and to increase American's awareness of diplomacy and the work of the Department of State. The project will include non-office spaces, such as exhibit and assembly spaces, and support areas to facilitate the public use, such as restrooms, a coat check room, shops and light dining. Security, safety and transparency are major concerns and are reflected in the facility design and circulation patterns. The project is being designed to meet LEED certification. A Construction Manager as Constructor provides design assist phase services and construction phase work. GSA intends to award a contract for Design Phase Services with an option for the Construction Phase Work. The CMc is required to complete the Design Phase Services for the firm-fixed-price presented in the procurement process. At any time during or after Design Phase Services, the Contracting Officer may request that CMc provide a firm-fixed-price proposal for the Construction Phase Work. The Contracting Officer shall have the right to convert the contract to a firm-fixed-price contract at the offered price or as otherwise negotiated by the parties to this contract, so long as such price is less than or equal to the GMP. If the parties to this contract negotiate and establish a firm-fixed-price for the Construction Phase Work Option, then the Contracting Officer shall have the right, but not the obligation, to exercise the firm-fixed-price Construction Phase Work Option within 60 calendar days of the establishment of that Option price. Design Phase Services include, and are not limited to, preliminary evaluation of the Architect of Record design development documents; review and evaluation of the Architect of Record construction document submissions for constructability; review and evaluation of all Architect of Record cost estimates; reconciliation of all cost estimates; participation in all construction document team meetings; value engineering suggestions; identification of any problems or errors in the design and design documents; consultation during design document production; preliminary project schedule development; identification of long-lead items, independent pricing of design document phase and construction document phase submittals; preliminary cost estimates; development of subcontractor and supplier interest; and, establishment of firm-fixed pricing. The CMc shall possess a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. Most importantly, the CMc shall have complete responsibility for the construction of the facility, should the Option for Construction Phase Work be exercised. Construction Phase Work includes, and is not limited to, construction; project scope management; selection and procurement of all necessary subcontractors; administration of the construction contract (how much work is performed with the CMc's own forces or under subcontract); administration of the construction contract and all subcontracts; coordination of regular construction meetings; critical path method (CPM) scheduling and schedule control; maintaining construction records including daily logs and monthly reports; monitoring construction costs; progress reporting; conducting and coordinating inspections and testing to ensure proper functioning of the building; participation of an Alternative Dispute Resolution partnering consultant; coordination of commissioning and turnover to designated facility management staff and tenants; performing closeout procedures; and, all other required services necessary for a complete and sustainable facility. The CMc is a member of the project team during the design and construction phases, along with GSA as the public owner; GSA's selected architecture and engineering firm and Architect of Record; GSA's building commissioning firm; GSA's security consultant, and other consultants. The CMc shall be required to assign, as needed, a team consisting of, and not limited to, architectural, civil, structural, mechanical, and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors; construction superintendents; testing engineers/technicians; and other disciplines as needed to perform the services described herein. Procurement strategy: A source selection/greatest value method will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors and price, with technical factors being approximately equal to price. This is an advisory two step procurement process, per FAR 15.201. The selection process will have two stages. Stage I, Request for Qualifications (RFQ), shall result in the establishment of a list of offerors identified as Viable Competitors, who will be invited to participate in the next stage of the procurement, Stage II. Stage II, Request for Proposals (RFP), shall result in the selection of the CMc contractor whose offer provides the Government with the best value. In Stage I, the Government shall identify the evaluation factors other than cost or price that are critical to this procurement and that will serve as the basis for the determination of the viable competitors. Interested offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each offeror in writing either that it will be invited to participate in the RFP or, based on the information submitted in the RFQ response, that it is unlikely to be a viable competitor. Notwithstanding this advice, an offeror that is unlikely to be a viable competitor may participate in Stage II of the procurement. Offerors that did not submit a timely RFQ response in Stage I will not be allowed to participate in Stage II of the procurement. In Stage II, the Government will issue the RFP, which will include the Final Concept Design drawings, including an exhibit package, to the viable competitors and the other offerors from Stage I that elect to participate in Stage II. The RFP will serve as the basis for the firm-fixed GMP price offers from the offerors in Stage II. The firm-fixed GMP price offers will be due by the date established in the RFP. Based on the Stage I and Stage II submissions, the Government shall select the offer that reflects the best value to the Government. The Government will reserve the right to make an award upon the basis of the initial Stage I and Stage II offers without discussions. The RFQ will be issued electronically on or about June 14, 2011, on the Internet at: http://www.fedbizopps.gov/. Opportunities for Other than Large Businesses: This procurement will be open to large and small business firms. Any qualified responsible firm, including small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses, or as subcontractors. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d)) and FAR Subpart 19.702, an offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a subcontracting plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. In this procurement, GSA intends to promote subcontractors' use of registered apprenticeship programs. Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Office of Project Delivery, Contracts Division (WPCC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407 Place of Performance: Washington, DC Point of Contact: Linda Spessato, Contract Specialist, Phone (202) 205-5423, Fax (202) 708-4982, Email linda.spessato@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P11MKC0044/listing.html)
 
Place of Performance
Address: U.S. Department of State, 2201 C Street, NW, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN02449447-W 20110518/110516235126-485bc60d0590611d2c574c106743c329 (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.