SOURCES SOUGHT
Z -- CMc Services for the HWSSC Consolidation Phase 2, 6th Floor Tenant Buildout
- Notice Date
- 8/9/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
- ZIP Code
- 00000
- Solicitation Number
- RFP_47PF0018R0189
- Point of Contact
- Anna E. Vanko, Phone: 614-469-2791
- E-Mail Address
-
anna.vanko@gsa.gov
(anna.vanko@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- RFP 47PF0018R0189 - HWSSC Consolidation Phase 2, 6th Floor Tenant Buildout - Construction Manager as Constructor (CMc) Sources Sought This is a sources sought NOTICE only. This notice DOES NOT constitute a Request for Proposal, nor does it represent any commitment by the Government. The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, or HUBZone Small Businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under the north American Industrial Classification System (NAICS) code 236220 - Addition, Alteration & Renovation General Contractors. The small business size standard for NAICS code 236220 is $36.5M in average annual receipts over the past (3) years. General Information The Harold Washington Social Security Center (HWSSC) (named under H.R.3700 S.1921) is a delegated single occupant office building that serves as the headquarters for the Social Security Administration's Regional Office. The building was built by the government in 1975 to meet the requirement of its current occupant, the Social Security Administration. It consists of ten stories and a basement/lower level below grade and is constructed of a composite steel, reinforced concrete structural frame clad in precast concrete panels and a custom designed glass and spandrel curtain wall. The building is surrounding by a large plaza. The Social Security Administration currently has multiple offices in lease space in downtown Chicago; the Office of General Counsel (OGC), the National Hearing Center (NHC) and Office of Hearing Operations (OHO) National Hearing Center and OHO Regional Office. The lease space is located half a mile from the federally-owned Harold Washington Social Security Center (HWSSC), in which operations and maintenance have been delegated to SSA. This project will move the three offices onto the 6th floor of the HWSSC, reducing the footprint of the three offices from 61,155 usf to 53,703 usf into the existing SSA footprint. This project aims to take advantage of the opportunity to create a workplace which encourages collaboration, improves productivity, improves space utilization, and saves taxpayer money. Scope Summary The Construction Manager as Constructor (CMc) scope of work includes all labor and materials required to provide design phase and construction phase services for the HWSSC Consolidation Phase 2, 6th Floor Tenant Buildout. The services requested of the CMc shall cover a wide range of design and construction activities, as defined below. The Phase 2 includes the construction of the 6th floor for Office of General Counsel, National Hearing Center and OHO RO. After the 6th floor is vacant, the buildout will include workspaces, both open and enclosed, conference spaces, and other areas for multi-purpose use that meets SSA standards. Project Description & Approach The General Services Administration (GSA) intends to award a firm fixed-price Design Phase and Guaranteed Maximum Price Construction Phase Construction Manager as Constructor (CMc) contract for the HWSSC Consolidation Phase 2, 6th Floor Tenant Buildout, located in Chicago, IL, pursuant to Federal Acquisition Regulation (FAR) Best Value Selection Procedures (FAR Subpart 15.3). The base contract for design phase services will be awarded at a firm-fixed price. The construction phase services option will be awarded as a Guaranteed maximum Price (GMP). The project will still be in the design phase when the CMc contract is awarded, therefore, a firm, fixed-price cannot be established for construction. The GMP will be tracked through open book accounting which will be reviewed and monitored by GSA and a third party Construction Manager as Agent (CMa). GSA envisions a highly collaborative delivery approach for this project where the CMc contractor works closely with all stakeholders to deliver a project which meets the expectations and needs of the team members and also GSA's requirements. The project is to include conformance to the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. The CMc will be selected through a best value / tradeoff selection process. During the development period from initial concept to final design the CMc will work in close consultation with GSA, the stakeholders and the CMa to ensure that all of the goals are addressed and that best value practices are utilized. The CMc will assist the AE and CMa to provide design phase services, including scheduling, estimating and cost information, and functionality and constructability reviews. There will be an informal partnering process throughout the design and construction phases to promote successful project development and execution including an enhanced project kick-off meeting. All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Construction Phase Services shall include all labor and materials required to provide design phase and construction phase services for the HWSSC Consolidation Phase 2, 6th Floor Tenant Buildout. The services requested of the CMc shall cover a wide range of design and construction activities, such as: constructability reviews, cost estimating, work phasing reviews, scheduling and general construction services. The CMc is at risk and is responsible for involvement in the project development and administration of the construction. The CMc shall have complete responsibility for all construction related to the project scope. Project Delivery Schedule Construction NTP is estimated to start in Late Summer/Early Fall 2019 with approximately 200 days for the overall project construction. Unique Situations/Risks The budget and schedule have been identified as significant risks. Also, the early stages of design, coupled with the need for continuous operation during construction, present unique challenges for the CMc teams on the project. The Harold Washington Social Security Center will remain fully occupied and operational during construction. No adverse impact on tenant mission will be acceptable. Occupied Facility Construction The construction on the buildout on the 6th floor will be occuring in a fully occupied building which must maintain full functionality, which includes typical office work, but also includes services for the general public. This presents several challenges that will have to be addressed by the AE and CMc team. -All work in functional (i.e. occupied) public spaces will need to be completed during unoccupied periods. Setup, construction, and clean-up will need to occur on a daily basis. -Work must be performed in such a way that space conditioning and all utilities are maintained throughout construction. Temporary / contingency HVAC/R, electrical and water systems may be required. Any shutdown of a building system will need to be completed after business hours or on the weekends and put back into service prior to the next business day. This will be the responsibility of the CMc. -Egress and access to the HWSSC must be maintained for the employees and visitors during the course of the buildout. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages. The capability statement shall be sufficient in detail to allow the Government to determine the organization's related qualifications to perform the work. The statement shall include: a) Company Name b) CAGE code c) DUNS number d) Active SAM registration printout (www.sam.gov) e) Size/number of employees 2)A statement describing the company's interest in performing the work. 3)Organization chart to include both the design & construction team. 4) Capabilities and experience with federal projects or similar private sector projects utilizing the CMc delivery method, including major buildout and renovation in the $5M - $10M range. Submitted references should highlight recent and relevant CMc projects in fully occupied facilities within the past ten (10) years. *Provide a minimum of two and no more than five, successful Guaranteed Maximum Price (GMP) project examples which demonstration experience delivering both Design and Construction Phase services that have been completed within the last ten years. Projects must be similar in size, scope, complexity and/or context to this project. *Provide the following information for each example: project description, schedule, safety record, scope of Design and Construction services; GMP or budget at award; and final contract value after adjustments, indicate whether liquidated damages were assessed due to late completion. GSA highly recommends that pictures be submitted with each example to demonstrate before and after conditions. 5) Previous occupied facilities construction experience is essential. 6) Statement of capability to bond for a project in the $5M-$10M range. 7) Contact Information, Point of Contact name, Phone Number, Email Address and Web Address (if available). Companies providing the above referenced material are requested to limit their submission to no more than 10 double sided pages. Responses should be emailed not later than the date specified in this sources sought notice as follows: anna.vanko@gsa.gov. Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offerors from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email no later than 4:00pm EST, on Thursday, August 23, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/16f203835d017be97786159164000552)
- Place of Performance
- Address: 600 W Madison St, Chicago, Illinois, 60661, United States
- Zip Code: 60661
- Zip Code: 60661
- Record
- SN05028990-W 20180811/180809231128-16f203835d017be97786159164000552 (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 |