SOLICITATION NOTICE
Y -- CMc contract for New U.S. Courthouse in San Antonio, TX
- Notice Date
- 8/19/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management, Austin Office (7PQ-AU), 300 E. Eighth Street, Suite 150, Austin, Texas, 78701, United States
- ZIP Code
- 78701
- Solicitation Number
- GS-07P-16-HH-C-LLLL
- Point of Contact
- Lisa B Byrd, Phone: (817) 978-2714
- E-Mail Address
-
lisa.byrd@gsa.gov
(lisa.byrd@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) announces an opportunity to provide Construction Manager as Constructor (CMc) services for the New U.S. Courthouse in San Antonio, TX. The North American Industry Classification System (NAICS) Code for this procurement is 236220. The size standard is $36.5M per year. The scope of CMc services under this proposed contract includes Design Phase and Construction Phase Services. This is an unrestricted procurement open to all small and large business concerns. All offerors (if not a small business concern), shall submit a Subcontracting Plan, pursuant to FAR Part 19.7. The socioeconomic program goals for GSA Region 7 are as follows, but contractors should develop their own goals, with these in mind: Small Business (47%), Small Disadvantaged Business (28%), Service Disabled Veteran Owned Small Business (8.5%), Woman-Owned Small Business (6%) and HUBZone Small Business (4.5%). All interested parties shall submit a one page letter on company letterhead that includes a statement of interest, the firm's DUNs number and the number of personnel who will attend the industry outreach/pre-proposal meeting. Letters of interest shall be submitted to Lisa B. Byrd, GSA Contracting Officer, via e-mail to lisa.byrd@gsa.gov An industry outreach/pre-proposal meeting will be held September 21, 2016 from 1:00 - 5:00p.m. in Room G13 (Jury Assembly) in the John H. Wood Courthouse located at 655 E. Caesar Chavez Blvd. in San Antonio, TX. The Government will provide a presentation at this meeting about the project and potential offerors will have an opportunity during the meeting to ask questions and seek clarifications regarding the project Scope of Work (SOW) and proposal requirements. In addition, the Small Business Administration (SBA) will have a representative at this meeting to facilitate the outreach between large and small businesses for subcontracting opportunities. Attendance at this meeting is not mandatory, but is strongly encouraged. We consider attendance at this meeting to be vital for the preparation of a competitive and cost effective proposal. Any and all questions that may arise after this meeting should be put in writing and submitted via e-mail to lisa.byrd@gsa.gov no later than 2:30p.m. Central Time on October 3, 2016. Project Summary: Construction of the New U.S. Courthouse in San Antonio, TX. The new courthouse will provide 304,696 gross square feet of space and will include one special proceedings courtroom, five district courtrooms, two magistrate courtrooms, 83 interior parking spaces and Court support functions, including the clerk's office, probation, pre-trial services and the public defender. Definition of Construction Manager as Constructor: A CMc contractor is defined as a firm engaged under direct contract to a building owner or client (in this case the GSA) to provide services such as design review, cost estimating, sustainability review, scheduling and general construction services. The CMc shall be a member of the project development team during the design and construction phases, working with the design firm and the Government to ensure a quality project, within the mandated schedule and budget. For this project, the CMc contractor will perform services including, but not limited to: constructability reviews, review and preparation of cost estimates, participation in Value Engineering (VE) exercises, construction of the facility and other services as defined in the scope of work to provide for a completely functional facility. There are two components of work to be performed under this Contract: Design Phase Services and Construction Phase Services. The contract will be awarded for the Design Phase Services, with the Construction Phase Services as an option to be exercised at the completion of the design. The Design Phase Services will be awarded for a firm, fixed-price. The option for the Construction Phase Services will be awarded for an amount not to exceed the Guaranteed Maximum Price (GMP) for the project. (The GMP is the equivalent of the ceiling price described in FAR Part 16.403-2.) At contract award, the GMP for the contract is established as the sum of the target Estimated Cost of the Work (ECW), the CMc Contingency Allowance (CCA) and the Fee for the Construction services work. The CMc will be competitively chosen using Source Selection (FAR 15) procedures. The objective of the source selection process is to select a proposal that represents the best value to the Government. The award will be made to the responsible Offeror whose offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and the evaluated price. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will tentatively include: Past Performance and Experience of the Firm in Providing Design Phase and Construction Phase Services on similar projects; Past Performance and Experience of Proposed Key Personnel in providing Design Phase and Construction Phase Services on similar projects; Project Management Plan; Project Labor Agreement (PLA) and Subcontracting Plan. The Offeror must demonstrate its compliance with the Cost Accounting Standards (CAS) through the submittal of all disclosures in accordance with clause FAR 52.230-1 Cost Accounting Standards Notice and Certifications and FAR 52.230-7 Proposal Disclosure - Cost Accounting Practice Changes. Oral presentations will be required by the offerors in the competitive range. All oral presentations will be held in the Federal Building in Ft. Worth, TX on or about November 3, 2016. The solicitation package will be available on or about September 6, 2016 via CD to interested offerors who request a copy from the Contracting Officer and submit a completed Document Security Notice form. (All CDs are to be returned to the Contracting Officer if the offeror chooses not to submit a proposal.) The performance period for the Design Phase Services is one year from the Notice to Proceed (NTP) date, which is anticipated to be early January 2017. The performance period for the Construction Phase Services will be three years from the NTP date for this phase, which is anticipated to be early January 2018. The Government reserves the right to make award on initial offers, but discussions and/or negotiations may be held, if appropriate. The estimated contract value is between $109,500,000 and $119,500,000. Offerors must have bonding capacity for the high end of this range. The proposal due date is tentatively scheduled for October 14, 2016 at 2:30 pm. (Central Time). All responsible sources may submit a proposal, which shall be considered by the Government. To be eligible for award, offerors are required to be registered in the Government's System for Award Management (SAM) accessed via https://www.acquisition.gov. An award is anticipated on or about December 30, 2016. Any questions regarding this notification should be directed to the Contracting Officer, Lisa B. Byrd, at lisa.byrd@gsa.gov or 817/978-2714
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/af4e425c73ae00113a2d27ffbfb5d577)
- Place of Performance
- Address: New U.S. Courthouse, San Antonio, TX, San Antonio, Texas, United States
- Record
- SN04233399-W 20160821/160819235920-af4e425c73ae00113a2d27ffbfb5d577 (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 |