SOLICITATION NOTICE
Z -- Construction Manager as Constructor (CMc) Services for the Philadelphia Custom House MEP Renovation, Philadelphia, Pennsylvania
- Notice Date
- 10/21/2020 10:18:57 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R3 PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- 47PD0221R0002
- Response Due
- 12/7/2020 1:00:00 PM
- Archive Date
- 12/22/2020
- Point of Contact
- Stephen N Kohri, Phone: 2153565457
- E-Mail Address
-
stephen.kohri@gsa.gov
(stephen.kohri@gsa.gov)
- Description
- Procuring Agency The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for Construction Manager as Constructor (CMc) Services for the Philadelphia Custom House MEP Renovation project, Philadelphia, PA. Project Description The United States Custom House, completed in 1934, was designed by Ritter and Shay, one of the principal early 20th century architectural firms in Philadelphia. The distinctive skyscraper, designed with Art Modern and Art Deco detailing, provided Philadelphia, the nation's largest freshwater port, with a new building for this port of entry. The seventeen-story tower blends into the neighboring three and four-story historic streetscape with a square three-story, limestone clad base from which rises a brick-clad tower in cruciform plan with a central vertical fivebay limestone face on each facade. These upper stories step back again in four sections. The building's domestic water piping has experienced multiple failures over the last five years. The building is a significant historical landmark containing multiple historic architectural and art installations that could potentially be irreparably damaged if another water release event was to occur. The project will consist of a modernization of the HVAC system and major plumbing repair and upgrades. It will also include electrical, fire safety and BAS upgrades to accommodate these systems. It will incorporate sustainable design principles and innovative technologies. GSA intends for the building to be occupied for the duration of the design and construction project, with available swing space within the building for affected agencies during construction. This construction will be a Construction Manager as Contractor (CMc) delivery method. Project Location Philadelphia Custom House 200 Chestnut St Philadelphia, PA 19106 Disclosure of Magnitude of Construction Projects The estimated total construction cost for the project falls within the range of $70,000,000.00 and $80,000,000.00. Project Delivery Method The government will utilize the �Construction Manager as Constructor (CMc)� also known and �Construction Manager at Risk� or �Guaranteed Maximum Price (GMP)� as the project delivery method. The construction services shall be performed at a Guaranteed Maximum Price (GMP). The following phases of work and services will be required as part of the CMc delivery method: Design Phase The Design Phase consists of the following three stages:� Design Concept, Design Development, and Construction Documents.� The following services are typical requirements that the contractor may need to provide throughout the Design Development, and Construction Documents phases: 1.������ Program Review Meetings; 2.������ Consultation/Project Progress Meetings/Presentations; 3.������ Design Submissions and Reviews; 4.������ Cost Management, Estimating and Reconciliation; 5.������ Value Engineering; 6.������ Construction Work Allocation Plan; 8.������ Construction Work Sequence Plan; 9.������ Design Development Phase; 10.����� Construction Document Phase; 11.� ��� Early Work Package Development; 12. ���� Commissioning Services 13. ���� Design Assist Services 14. ���� Site Surveys 15.����� Miscellaneous Testing Construction Phase The following services are typical requirements that the contractor may need to provide throughout the construction stage 1.������ Construction Commencement; 2.������ Early Work Packages; 3.������ Construction Administration; 4.������ Commissioning Services 5.������ As-Built Drawings Turnover Phase The following services are typical requirements that the contractor may need to provide throughout the turnover stage 1.������ Participate in Pre-Final walk-throughs; 2.������ Prepare Punch-lists; 3.������ Prepare Operation and Maintenance Manuals; 4.������ Submit Warranties, Guarantees, and Certificates; and 5.������ Preparation for Tenant Occupancy Competitive Procedures This procurement will be competed utilizing full and open competition in accordance with FAR 6.1. Competitive proposal will be requested in accordance with FAR 15 ""Contracting by Negotiations."" Selection Procedures The award will be made using FAR part 15. 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 proposal conforms to the solicitation and offers the best value to the Government, considering the price and nonprice factors. Competitive proposals shall be evaluated based on the factors specified in the solicitation. For this solicitation, the combined weight of the technical evaluation factors is significantly more important than price. Below are the technical factors, in descending order of importance: � � �(1)����� Management Plan�� � � �(2)����� Prior Experience on Relevant Projects��� �������� ��������� � � � �(3)� ��� Past Performance on Relevant Projects����������� � � �(4) ���� Small Business Utilization � � �(5)����� Project Labor Agreement � � Important Notes: (1) In accordance with FAR 28.102-2, both a performance and payment bond will need to be furnished by the successful offeror after award of the contract. Both bonds shall be valued at 100 percent of the contract price. (2) In accordance with FAR 30.201, award may only be made to an offeror that is fully compliant with regard to their Cost Accounting Standards. Therefore, the Contractor must demonstrate their compliance with Cost Accounting Standards (CAS) through the submittal of all disclosures in accordance with FAR 52.230�1, Cost Accounting Standards Notice and Certifications and FAR 52.230�7, Proposal Disclosure � Cost Accounting Practice Changes. Award shall not be made to any contractor that is not CAS compliant. This procurement will follow the advisory multi-step process in accordance with FAR 15.202. It is anticipated that the technical evaluation factors will be broken down by phase as follows: Phase I: (1)����� Prior Experience on Relevant Projects ����������������������� (2)����� Past Performance on Relevant Projects Upon completion of the evaluation of Phase I proposals, an advisory shortlist will be developed. All offerors will be notified as to whether their firm was included on or excluded from the advisory shortlist. It shall be noted that exclusion from the advisory shortlist shall not preclude offerors from submitting a Phase II proposal. Phase II: (1)����� Management Plan (2) ���� Small Business Utilization (3)����� Project Labor Agreement�� Phase III: Offerors will be required to submit a price proposal under Phase III. The government will issue an amendment to all offerors to provide them with the document(s) needed to submit a price proposal. A time and date to receive price proposal will be included with this amendment. Price will be evaluated in accordance with the techniques prescribed in this solicitation. CMc Procurement Schedule - Issue Request for Proposal - On or about November 5, 2020 - Technical Proposal Phase I (Prior Experience on Relevant Projects, Past Performance on Relevant Projects, CAS) - Due Date on or about December 7, 2020 - Technical Proposal Phase II (Management Plan, Small Business Utilization) - Due Date on or about February 21, 2020 - Interviews - Will be held on or about the week of March 22, 2020 - Price Proposal Phase III (with PLA information) - Due Date on or about May 21, 2020 - Award Date - On or about July 15, 2020 To be considered for award an offeror shall submit a proposal at each phase of the procurement.� Award is anticipated to me made for design phase services with options for construction phase services. Design phase services are anticipated to commence upon award of the contract on or about July 2021. The Optional Construction Phase Work is anticipated to be awarded on or about April 2022, with a performance period of approximately 60 months (5 years).� NOTE: OFFERORS SHALL NOTE THAT WHILE THE TOTAL PROJECT BUDGET HAS RECEIVED CONGRESSIONAL AUTHORIZATION, IT HAS YET TO BE FULLY APPROPRIATED. Pre-Proposal Conference and Small Business Opportunity A preproposal conference will be held in November 2020. Additional details will be provided with the solicitation. Small businesses are highly encouraged to attend. Prior notification of attendance to this conference is mandatory. Please provide your company name and all potential attendees' full names to Stephen.Kohri@gsa.gov. Interested Parties/How to Offer� The Solicitation will only be available electronically. It will be available on or about November 5, 2020. The solicitation can only be obtained by accessing beta.sam.gov, a secure website designed to safeguard controlled unclassified information (CUI) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the beta.sam.gov website to have access to solicitation material. For additional registration information, visit the Contract Opportunities website, www.beta.sam.gov. To ensure that you receive all information regarding this solicitation, please register to receive updates at beta.sam.gov, and follow the procedures for notification registration. Request for Information All inquiries concerning the project shall be directed to the following email address: Stephen.kohri@gsa.gov. Further instructions will be provided in the solicitation section 201. ***This is NOT a request for proposals and does not constitute any commitment by the Government.***
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c2f670930dce44329769d7dfdf6ae730/view)
- Place of Performance
- Address: Philadelphia, PA 19106, USA
- Zip Code: 19106
- Country: USA
- Zip Code: 19106
- Record
- SN05834488-F 20201023/201021230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |