SOLICITATION NOTICE
Z -- Construction Management as Constructor work
- Notice Date
- 1/12/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Architect of the Capitol, AOC Procurement Division, Acquisition and Material Management Division, Ford House Office Building, Second and D Streets, S.W., Washington, District of Columbia, 20515, United States
- ZIP Code
- 20515
- Solicitation Number
- RFP120003A
- Point of Contact
- Thomas Gard, Phone: 2022261493, Jerrod T Whittington, Phone: (202) 226-1940
- E-Mail Address
-
tgard@aoc.gov, jwhittin@aoc.gov
(tgard@aoc.gov, jwhittin@aoc.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: RFP120003 Subject: Cannon House Office Building Renewal - RFP for Construction Manager as Constructor Services Notice Type: Presolicitation Synopsis Synopsis: The Architect of the Capitol (AOC) is soliciting Fixed-Price/Guaranteed Maximum Price (GMP) proposals for a Construction Manager as Constructor (CMc) for the Cannon House Office Building Renewal service contract. This contract will be administered by the AOC, located within the National Capitol Region in Washington, D.C The AOC is seeking a highly qualified CMc with the experience and capabilities needed to perform pre-construction and design assistance throughout the life of the 13 year contract as well as construction work. The firm for this contract will be competitively selected using a two-step negotiated procurement procedure with oral presentations in accordance with FAR part 15 and sections L and M of the solicitation. The CMc shall provide all management, supervision, labor, materials, supplies and equipment (except as otherwise provided) and shall plan, schedule, coordinate and assure effective performance of all work described in the solicitation. The Cannon House Office Building (CHOB), built in 1906, is part of the Capitol Hill campus in Washington, DC and is fully occupied by over 2,000 people. It is one of a series of buildings occupied by the House of Representatives with Member suites, committee support offices and utility support space. The building has five stories plus a full basement. There is a multi-level parking garage in the 'Courtyard' area, housing approximately 300 vehicles, with car access from the south. The total square footage of the building including the parking garage is approximately 800,000 SF. The CHOB is now 106 years old and is experiencing physical deterioration of its systems. Current construction cost estimates for the renewal range from $450 to $525 million dollars. The AOC will retain a CMc to manage the project, as well as a Construction Manager as Agent (CMa) to provide both consultation and construction management services. The scope of CMC services under this proposed contract includes design assistance and preconstruction services on a fixed price basis during the Base Contract Period, as well as contract options on a GMP basis for construction management construction work for a pre-installation construction phase ('Option 0') and four Option periods of subsequent staged construction, each Option period roughly addressing one of the four 'wings' of the building. A sixth "closeout" Option, also on a firm fixed price basis, is for the purpose of completing whole building commissioning and project closeout. In addition to matching work phases and proceeding clockwise with each "quadrant" of the building, the Base Contract and Option periods are aligned with Congressional election cycles. Thus, each Option period generally begins with a Congressional election followed by the Members moving amongst offices while design is completed, followed by eighteen months of construction until the next election. The building will remain fully occupied and operational during the base contract and preinstallation Option period zero ('Phase 0'). The wing under construction during each of the subsequent Option periods will be vacated and made fully available to the CMc, with the other three wings remaining fully occupied and operational. It is anticipated that the CMc will represent the interests of the AOC while managing the project for the entirety of this contract, including the Base Contract period and subsequent Options. The services requested of the CMc shall cover a wide range of construction management activities. The CMa must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. It is expected that the CMc will assign to such a team, as needed, the following disciplines: Construction Project Managers, Field Superintendents, Cost Estimators, Critical Path Method (CPM) Schedulers, Commissioning Agents, LEED Specialists, Subconsultants, Inspectors and other related subject matter experts. Team members must be proficient in the use of computer-based tools and output typically associated with mega projects to include without limitation Microsoft Windows Professional Suite; CPM scheduling software that is Primavera compatible (P6 or the most current update); Microstation Computer Aided Drafting & Design (CADD); and compatible Building Information Modeling (BIM). Design and pre-construction services shall include, but are not limited to, review and evaluation of the construction documents for constructability; development of Project Management Plans and Project Execution Plans, leadership and participation in value engineering studies; assistance in development of a Commissioning Manual; detailed identification and proposed resolution of constructability problems, errors, omissions, and coordination errors in the design documents; review of CMc project CPM schedule development; construction phasing development; participation in site investigations; performance of cost control and estimating; establishment of document control; development of subcontractor and supplier interest and preparation of a GMP for the subsequent construction work. The CMc will function as a collaborative member of the project team and shall be an active participant in design and pre-construction by providing leadership and expertise throughout the design phases. The CMa will provide AOC with sound and proactive management advice regarding the approach to the project; how to achieve the best value in the work; necessary actions; schedule control; alternative ideas; problem/claim/dispute prevention and resolution; and cost control. The CMc shall have full understanding of the project and its contract documents; and, it shall effectively employ the principles of federal construction contracting and contract administration. Construction-phase Services shall include, but are not limited to, participation in regular construction meetings; scheduling; performance of the CMc safety program; maintaining construction records including daily logs and monthly reports; proactively identifying, communicating, and managing project risk; controlling construction costs; conducting quality control procedures; management of all management processes; commissioning and acceptance; conduct of facility maintenance staff training; performance of the construction work within budget and on-schedule, and other services reasonably requested by the AOC. AOC used the "Construction Management Standards of Practice" issued by the Construction Management Association of America (CMAA) in developing the scope of work. AOC also used CMAA publications titled "Contract Administration Procedures", "Time Management Procedures", "Cost Management Procedures", and "Quality Management Guidelines" that supplement the "Construction Management Standards of Practice" in developing the scope of work. These CMAA documents establish industry standards of service to define the full range of construction management services and Work without limiting the methods and procedures by which those services or Work will be provided. The documents are intended as a guide to the level of Work a CMc shall provide. The solicitation will be released on or about January 23, 2012. Information regarding the pre proposal conference will be in the solicitation. Step One proposals are due 5:00 pm (EST), 7 March, 2102. Step Two RFP's will be issued on or about 21 May and proposals are due 9 July, 2012. Contract award date is on or about 16 October, 2012. INTERESTED PARTIES ARE ENCOURAGED TO DOWNLOAD THE ELECTRONIC VERSION OF SOLICITATION AS THIS WILL EXPEDITE RECEIPT OF THE SOLICITATION. IT IS THE VENDORS RESPONSIBILITY TO MONITOR THIS WEB SITE FOR AMENDMENTS OR OTHER CHANGES TO THE SOLICITATION AND TO OBTAIN ANY AMENDMENTS OR CHANGES FROM FEDBIZZOPPS. FAILURE OF THE VENDOR TO DO SO SHALL NOT BECOME THE RESPONSIBILTY OF THE GOVERNMENT. Contracting Office Address: Ford House Office Building Second and D Streets, S.W. Washington, District of Columbia 20515 United States Place of Performance: Cannon House Office Building Independence Avenue Washington, District of Columbia 20515 United States Primary Point of Contact: P. Thomas (Tom) Gard tgard@aoc.gov Phone: 202-226-1493 Fax: 866-221-4147 Secondary Point of Contact: Jerrod T Whittington, Contracting Officer jwhittin@aoc.gov Phone: (202) 226-1940 Fax: (866) 781-1360
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AOC/AOCPD/WashingtonDC/RFP120003A/listing.html)
- Place of Performance
- Address: Cannon House Office Building, Independence Avenue, Washington, District of Columbia, 20515, United States
- Zip Code: 20515
- Zip Code: 20515
- Record
- SN02653417-W 20120114/120112234244-27ad9d70ad36783ddcefaf8132ba4cfa (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 |