MODIFICATION
Z -- Construction Manager as Constructor (CMc) Services for the VA Realignment Project at the VA Regional Office, Philadelphia, PA
- Notice Date
- 8/8/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division (47PD00), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
- ZIP Code
- 19106-1521
- Solicitation Number
- CMc_Services_VA_Realignment_Project_Philadelphia_PA
- Point of Contact
- Stephen N Kohri, Phone: 215-356-5457
- E-Mail Address
-
stephen.kohri@gsa.gov
(stephen.kohri@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Description: THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, interested small businesses, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) that would be interested in submitting offers for this anticipated solicitation for Construction Manager as Constructor (CMc) Services for the VA Realignment Project at the Veteran Affairs Regional Office located in Philadelphia, PA. The location of performance is: Veteran Affairs Regional Office and Insurance Center 5000 Wissahickon Avenue Philadelphia, PA 19144 This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to setting aside this contemplated acquisition for small businesses. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns. General Description of Scope of Services: This scope of services is for Construction Manager as Constructor (CMc) Services to manage and execute a construction project utilizing the Construction Manager as Constructor (CMc) project delivery method. The Government contemplates the use of a Construction Manager as Constructor (CMc) Guaranteed Maximum Price with Construction Contingency Allowance and Shared Savings contract. The Construction Manager as Constructor (CMc) project delivery method is sometimes also known as the Construction Manager at-Risk project delivery method. The Philadelphia Veterans Affairs Regional Office and Insurance Center is located at 5000 Wissahickon Avenue in Philadelphia, Pennsylvania. The building is steel-framed with four stories (plus basement and penthouse) and is a GSA owned Federal property. The Property was developed in metric between 1994 and 1996, and is fully occupied by Veterans Affairs. The building contains 418,153 rentable square feet and 441,773 gross square feet. The office area is on raised floor used for underfloor wire management. The mission of the Veterans Benefits Administration (VBA) is to provide benefits and services to Veterans, their families and survivors in a responsive, timely, and compassionate manner in recognition of their service to the Nation. Two divisions within VBA, Philadelphia Veterans Affairs Regional Office (VARO) and Veterans Affairs Insurance Center (VAIC), currently occupy approximately 258,000 SF of office area and utilize an approximate additional 30,000 SF of joint use space in the building. VBA has identified the need to "rightsize" and realign their occupied space in the building and reprogram to best support their agency mission and to meet (or exceed) the VBA 2016 Design Standards which were developed to accommodate changing work processes and align organizational functions. The scope includes the design and construction of approximately 250,000 SF over 3 floors (2nd, 3rd and 4th ). The renovations will include interior modernization which will include; carpet, paint, HVAC, lighting, electrical, structural, plumbing and general architecture. This project will also include new furniture. Size Standard: The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million. Magnitude of Construction: The order of magnitude for the contemplated acquisition is between $25,000,000 and $35,000,000.00. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Response Information: The following information is requested in your response: (1) Identification, including name, address, phone number, email and DUNS number, and status as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Required experience to be considered as a viable source for the contemplated acquisition includes experience in delivering services during both the design and construction phase for projects with a Guaranteed Maximum Price (GMP) contract awarded to your firm as prime contractor utilizing the Construction Manager as Constructor (CMc) project delivery method. The work should include managing multiple subcontractors, working in occupied office buildings, dealing with sensitive customers, and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued in the provided order of magnitude, at a minimum, (between $25,000,000.00 and $35,000,000.00) and have been completed within the past five (5) years. Include your firm's experience with "open book accounting." The response should include, but is not limited to, a contract number, location, agency/owner, dollar value (inclusive of changes), contract type, project delivery method, a description of the work, including how it is similar to the contemplated procurement, and an owner point of contact to include an email address and telephone number. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your response to no more than three (3) completed contracts which meet the criteria above. (3) Describe your firm's ability to obtain a bid bond of up to 20% of the maximum order of magnitude and performance and payment bonding of 100% of the maximum order of magnitude. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Mr. Stephen Kohri, Contracting Officer. Please email your response to Stephen.Kohri@gsa.gov by August 17, 2018, 4:00pm, Eastern Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d63563461dd7d89933c5c4a32e7a459a)
- Place of Performance
- Address: 5000 Wissahickon Avenue, Philadelphia, Pennsylvania, 19144, United States
- Zip Code: 19144
- Zip Code: 19144
- Record
- SN05026888-W 20180810/180808231237-d63563461dd7d89933c5c4a32e7a459a (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 |