Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2016 FBO #5196
SOURCES SOUGHT

Z -- Construction Manager as Constructor (CMc) Services for the J.W. Peck Tenant Backfill Project in Cincinnati, Ohio

Notice Date
2/12/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Capital Projects Contracting Team (5P1QCE), Please refer to notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
JWP_CMc_SS
 
Archive Date
3/8/2016
 
Point of Contact
William M. Chapman, Phone: 3123530868
 
E-Mail Address
william.chapman@gsa.gov
(william.chapman@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential small business sources with the capabilities and experience to perform the required work. This announcement is seeking information regarding contractors who qualify as a Small Business. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. (For additional information on small business size standards and small business programs, please visit www.sba.gov) This project will take place at the J.W. Peck Federal Building in Cincinnati, Ohio. It will be the contractor's responsibility to provide all the management, supervision, manpower, equipment and supplies necessary for completing the pre-construction, demolition, and construction phases of this work. The General Services Administration (GSA), Great Lakes Region (Region 5), is conducting market research and is seeking sources for Construction Manager as Constructor (CMc) services, including Design Phase services and Construction Phase services. Design Phase services will be awarded on a Firm-Fixed Price basis. Construction Phase services will be awarded with a Guaranteed Maximum Price (GMP). A CMc is defined as a firm engaged to provide design review, cost estimating, scheduling and general construction services. The requirement for this opportunity includes restacking the IRS within the building and renovating their current space, as well as renovating building vacant space for incoming tenants. The project will be renovating only interior customer spaces and will not provide improvements to any public spaces that would be unrelated to the primary tenant needs (such as core building restrooms renovation, lobby improvements, elevator modernization, parking garage improvements, landscaping, and exterior improvement). IRS currently occupies 165,000 USF within the Peck and 65,000 USF in leased space. IRS needs to consolidate space, and plan to do so by completely eliminating the 65,000 USF of leased space and reconfiguring space within the Peck to implement new workplace strategies. They have requested a final total of approximately 115,000 USF of space in the Peck Building to accommodate this move and restacking effort. GSA proposes that 4 other agencies move leases into the Peck building with the following approximated space requirements: DOE at 75,000 sq ft, US Trustees at 4,200 sq ft, SSA ODAR at 21,000 sq ft, and OSHA at 6,500 sq ft. This project will aim to achieve LEED-CI Gold and is currently registered under LEED Version 2009. The NAICS code for this procurement is 236220. The estimated construction cost is between $25,000,000 and $35,000,000. Design Phase services include, but are not limited to, construction management services, constructability reviews, program reviews, code reviews, mean and methods reviews, cost estimate development and reconciliation services, preliminary evaluation of the Architect of Record design development submissions, value engineering suggestions, identification of problems or errors in design and design documents, US Green Building Council (USGBC) LEED® scorecard, BIM coordination and involvement, materials compatibility, tolerances, consistency, consultation during design document production, preliminary project schedule development, independent pricing of design document phase and construction phase submittals, preliminary cost estimates, development of subcontractor and supplier interest, and coordination with long-lead items, and market analyses. Review and comment on the constructability of integral architectural and/or engineering elements required by the drawings in the design stage submission documents. Develop, maintain and update a construction work sequence plan, addressing, but not limited to: construction phasing approach, preliminary construction schedule, including phasing and temporary/swing space moves, including all aspects of tenant relocations, construction work sequence plan for constructability and logistics issues, and schedules for award of subcontract construction packages. Construction Phase services include, but are not limited to, all work and services necessary for construction of the project, project management, selection and procurement of all necessary subcontractors, coordination of regular construction meetings, critical path method (CPM) scheduling and schedule control, monitoring of construction costs, progress reporting, conducting and coordination of inspections and testing and all other required services necessary for a complete and sustainable building. No other information will be available at this time. If you are an interested party, please provide the following: 1. A capabilities statement regarding your firm's expertise and experience on two to four projects similar in scope and total project cost. This statement should indicate which projects are associated with the questions in the form, as well as provide references and contact information (phone and email) for the projects. 2. A letter from a bonding company indicating your company's ability to receive bonding in the amount of the upper limit of the ECC range. This letter should be on the bonding company's letterhead. 3. A response via the form found at the below link. You may have to copy the link and paste it into a new browser window. https://docs.google.com/forms/d/1zMrXhuqNKtBaBh4ilJURizNuST5PwOemu9Fqp2lq81g/ All information submitted is subjected to verification. Additional information may be requested to substantiate responses. Interested firms should submit their capabilities statement to the Contracting Officer at the email address provided below. Electronic submissions will be the only accepted submissions. Your submission should be no longer than ten (10) 8.5x11 PDF pages. Responses are due by 1:00 PM EST on February 22, 2016. Late responses will not be accepted. Responses that do not submit a capabilities statement, bonding letter, and a form response will be considered incomplete. If you would like to confirm that all parts of your response have been received, please contact the Contracting Officer. Submit your information to the Contracting Officer, Will Chapman at william.chapman@gsa.gov Note: GSA is seeking firms that qualify under the U.S. Small Business Programs cited in the Federal Acquisition (FAR) Part 19, including 8(a), Women-Owned, Historically Underutilized Business Zone (HUB Zone), Small Disadvantaged, Service Disabled, and Veteran Owned Small Businesses (etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/JWP_CMc_SS/listing.html)
 
Place of Performance
Address: 550 Main Street, Cincinnati, Ohio, 45202, United States
Zip Code: 45202
 
Record
SN04019754-W 20160214/160212234633-25b848c565359e149ea8ba9678e5a4e8 (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.