Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2017 FBO #5586
SOLICITATION NOTICE

Z -- Construction Manager as Constructor (CMc) - Repair and Alteration Project at the United States District Courthouse, Pensacola, Florida

Notice Date
3/8/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R4 Acquisition Management Division (47PE00), 77 Forsyth Street, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04-P-17-BV-C-0008
 
Point of Contact
Rosalind Cherry, Phone: 4043315461, Michael S. Reece, Phone: 4042158756
 
E-Mail Address
rosalind.cherry@gsa.gov, michael.reece@gsa.gov
(rosalind.cherry@gsa.gov, michael.reece@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Services to be Provided This statement of work is for Construction Manager at Risk (CMc). The CMc will provide professional, technical, administrative and clerical personnel as needed to perform all required services including, but not limited to, those described in this Request for Proposals. The services described or specified shall not be deemed to constitute a comprehensive specification having the effect of excluding services not specifically mentioned. Project History and Status The existing courthouse was constructed and occupied in 1997 as a built to suit lease for the Federal Government. Since its construction the building has been plagued by water infiltration issues. It has been noted through various studies and investigations that the brick façade, roof and drainage systems are the main culprits in allowing the water intrusions to occur. Additionally, the building's mechanical system has not been able to adequately control humidity. These combined issues have resulted in the propagation of mold inside the building. The building has been vacant since 2015. Project This project will correct the water intrusion issues in the building by replacing the building's façade, replacing the standing seam metal roof system, repairing structural damage to the building caused by the water intrusion, and completely abating the presence of mold created by the water intrusion. The new building envelope will be watertight and meet the State of Florida's hurricane requirements. Additionally, the new façade is required to meet Interagency Security Committee (ISC) level IV blast protection criteria. Interior finishes throughout the building damaged by the water intrusion will be repaired or replaced. The project will modernize the outdated fire safety system and the heating ventilating and air conditioning (HVAC) system to include installation of VAV (Variable Air Volume) boxes and a new building automation system (BAS) to better control the interior humidity. The existing restrooms in the building will be upgraded, including the installation of floor drains and the replacement of finishes. New restrooms will be installed on each floor and be compliant with the Architectural Barriers Act Accessibility Standards. The facility's grounds and approaches will be restored after the façade demolition and replacement. The parking lot will be repaved, and waterproofing and drainage will be installed on the site. Concurrent to this project, the U.S. Department of Justice - Marshals Service will be contracting for the design and installation of security devices that are intended to be installed by its contractors during the performance of the larger construction project described in this statement of work. Tenants are expected to return to the building under a phased occupancy. Project Type This project is a repair and alteration project, as defined in the P-100, Facility Standards for the Public Buildings Service. An electronic copy maybe obtained https://www.gsa.gov/portal/content/104821. This project shall strictly adhere to the P-100 Standard, as well as other standards and requirements to be referenced for this project. Price Range The estimated range for construction cost is between $18 million - $23 million. The base contract for design phase services will be awarded as a firm fixed- price and the option(s) for Construction Services at a Guaranteed Maximum Price (GMP Option) for constructing the Project. This contract type provides the Government the benefit of constructability reviews and cost estimating during design which will aid in producing stronger construction documents. The project will still be in the design phase when the CMc contract is awarded, therefore, a Fixed Firm Price (FFP) cannot be established. The benefit of awarding the CMc contract prior to the completion of design is that the firm will provide constructability reviews, project coordination, and cost estimates that will mitigate the risk of this project going over budget or running longer than the projected performance period. Anticipated Award Period The Government anticipates award of this contract by June 2017 to coincide with the completion of Design Development Services of the architect-engineer (A-E) design contract. Construction is tentatively scheduled to begin by August 2017. The Government does not guarantee award within this period nor shall the Government be liable for any costs incurred if award occurs before or after this period. The CMc expressly waives its right to claim any costs due to award occurring before or after this period. Completion or Occupancy Date The entire facility must be substantially complete by September 2019. The CMc shall identify in their management plan, a guaranteed target delivery date within this time frame The CMc shall meet or improve upon these completion dates. These dates include a 30-day period for complete inspection and testing of all systems and improvements. Such inspections and testing shall be paid for and conducted by the CMc. The CMc shall pay for the correction of all punch list items, and schedule contingencies. The CMc will be responsible for any general conditions, extended overhead, and management costs resulting from work performed beyond the target date other than those resulting from government initiated scope changes. CMc Responsibilities The CMc shall perform all the services required under this contract as detailed in the enclosed scope of work, as well as any modifications to the base contract. The CMc is responsible for providing the management, quality control, and administrative tasks needed to perform the services in an expeditious and economical manner consistent with the best interests of the Government. The CMc shall assist the Government in achieving its goals with respect to the project's schedule, budget, scope and quality. These goals are: That the scope of the project will be well defined during the Construction Documents phase. That the project as designed by the A-E can be constructed and cost efficient. That the construction work will be performed in conformity with applicable requirements. That the project be completed within the Estimated Construction Cost (ECC) and budget limitations. That the Government's portion of shared savings, if any, and of funds remaining under the Ceiling Price, be used selectively during the construction phase to provide enhancements to project quality. That the construction will be completed as early as possible and acceptable to the Government, but not later than the scheduled construction contract completion date. The CMc is required to provide: CM services during both the Pre-construction and Construction Phases of this project. Site Development per 100% Design Drawings and Specifications to be issued by the Government. Completed construction of building(s) and site features. Design and Construction Supervision and Contract Management. Spare Parts, Materials and Equipment. Quality Control Plan and Safety Plan. Inspections and Tests. Control of the Site (See Government responsibilities). Complete and accurate Record Drawings. Manuals containing Design calculations, Operation and Maintenance information, Shop drawings, etc. Training for Facilities Management staff and occupants. This procurement will be open to both large and small business firms. The firm (if not small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR 19.7.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04-P-17-BV-C-0008/listing.html)
 
Place of Performance
Address: 100 N Palafox Street, Pensacola, Florida, 32502, United States
Zip Code: 32502
 
Record
SN04427637-W 20170310/170308234341-6e4f4368175f00e22f67951592da7d59 (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.