|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102General Services Administration, PBS,26 Federal Plaza, Room 1639, New
York, NY 10278 R -- CONSTRUCTION MANAGEMENT SERVICES, UNITED STATES MISSION TO THE
UNITED NATIONS, NY, NY SOL GS02P98DTC0073(N) DUE 062598 POC Lawrence
Goldstein, (212) 264-7376 or Joan Betts, (212) 264-9486 General
Services Administration (GSA), Northeast and Caribbean Region, Public
Buildings Service, Property Development Division, Room 1639, 26 Federal
Plaza, New York, New York 10278; (212) 264-7376 announces a
construction management services opportunity. Construction Management
(CM) services for design, demolition of existing structure,
construction and post construction (options) phases for the New U.S.
Mission to the United Nations, New York, New York. The existing
facility, to be demolished, consists of an office tower, auditorium
wing, connecting services core and a basement with five parking spaces.
The existing gross area is 9,059 square meters. The estimated total
demolition cost ranges between $3,000,000 and $4,000,000. The New U.S.
Mission to the United Nations will contain an occupiable area of 9,986
square meters, a gross area of 13,128 square meters, a motor pool
facility for 4 vehicles plus 10 indoor parking spaces. The estimated
total new facility cost ranges between $38,000,000 and $41,000,000.
Project number: NNY99001. The scope of services under this contract
will include, but not be limited to, design review, meeting minutes,
record keeping, schedule control, inspection, reporting progress,
safety monitoring, meeting facilitation and attendance, submittal
processing, testing, progress payment processing, responding to
information requests, contract modification preparation, claims
processing and claims prevention, monitoring labor provisions, photo
documentation, general service items and other services. This project
will require access to classified information. The selected firm and
consultants will have to obtain, or currently have, a SECRET Facility
Clearance granted by the Defense Industrial Security Clearance Office.
The proposed project team must have the ability to provide services
for projects involving demolition, construction and hazard abatement.
Project documents are in strict System International (SI) metric units.
The proposed project team will have the capability to perform the basic
construction management disciplines (i.e. architectural, civil,
structural, mechanical and electrical) with in-house personnel; joint
venture or firm/consultant arrangements will be considered and
evaluated for demonstrated interdependency of the members to provide
quality services. To assure maximum efficiency of communication, an
e-mail address will be maintained by the CM's home office and the CM's
field office. The CM is required to have and be proficient in the use
of Primavera and MS Project. Consideration will be limited to firms
having an existing active construction management practice within a
seventy-five (75) mile radial distance from Columbus Circle, New York
City. A Scope of Work may be obtained from Lawrence Goldstein,
Contracting Officer, General Services Administration, Public Buildings
Service, Room 1639, 26 Federal Plaza, New York, New York 10278, (212)
264-7376. Responses must include a composite Standard Form (SF) 255
for the proposed project team and a Standard Form (SF) 254 for the
prime firm and each proposed consultant (if any). Respondents will be
considered and evaluated on the factors described below based upon a
demonstrated ability to provide quality design review and construction
management, capacity to follow through on all phases of the project,
and proven experience and past performance. The respondent CM is
required to include a narrative for each of the projects included in
the proposal submitted for evaluation. In addition, submit the evidence
determining experience, past performance and services provided on
projects similar to the one specified in this solicitation. CM's are
required to provide verification of their role as a construction
management firm on each of the projects submitted for evaluation.
Include schedule information indicating original start and completion
dates of the projects. The respondent CM must include current reference
information including names, addresses and telephone numbers of the
project owners, contact reference person for A/E firm of record, and
owner of record. The government intends to contact those individuals
and firms that are listed as references by the CM to verify that
services provided were on projects similar to this solicitation, and to
solicit their assessments of the quality of those services that were
provided. GSA reserves the right to contact persons listed as
references and persons not listed by the CM. Responses to technical
evaluation criteria items 1 and 2, below, shall describe three (3) new
construction projects, which have been completed within the past five
(5) years. Describe both capability and experience: technical
expertise; negotiating; partnering; mediating; inspection; value
engineering ability; client communication and community outreach; code
and contract compliance; ability to control budget, schedule and
quality of the design and construction. Relevant photographic or
graphic examples will be permitted. The selection will be based upon
evaluation of the following technical evaluation criteria: 1. PROJECT
REVIEW EXPERIENCE [50%]: The firm shall submit a description of its
design review background for the type of services specified in this
solicitation especially experience with: High profile tenants, federal
agencies and knowledge of applicable government regulations; Design
review of demolition and new construction at least $30M and at least
10,000 gross square meters of occupiable space; Local and national
codes; The following categories shall be addressed: Disciplines:
Architectural, Civil, Structural, Mechanical and Electrical;
Specialties: Fire and Life Safety, Security, Seismic, Accessibility,
Hazard Abatement (asbestos, contaminated soil, lead, PCB's, etc.), Cost
Estimating. 2. CONSTRUCTION MANAGEMENT EXPERIENCE [25%]: The firm shall
submit a description of its construction management background and
experience with demolition and new construction at least $30M for the
type construction specified in this solicitation. Describe degree of
complexity of projects, experience with tightjob sites and ability to
control budget, schedule and quality. 3. MANAGEMENT & ORGANIZATION
[25%]: Address management philosophy toward client satisfaction and
teamwork, resolving issues, and professional responsibility. Describe
management approach to performing the work, namely: management plan,
quality and schedule control, availability and commitment of key
personnel, roles of key personnel, organization chart. Address the
capability of staffing the project with qualified CM and the CM's
consultants personnel in relation to their work load fluctuations,
ability to meet schedules and ability to effectively respond to the
work. Discuss planning for this contract and current workload; office
equipment to accommodate the firm's computer aided design (CAD) system
and software and specification software compatibility with GSA Region
2. Following screening of qualifications and performance data
approximately five (5) firms will be short-listed for interviews and
evaluation of their entire project team.From the interviewed
short-listed firms, selection will be made, the result of which will be
published. This procurement is open to both large and small business
concerns. Before award of this contract, the CM (if not a small
business having $5,000,000.00 average gross sales receipts for the past
three years) shall be required to present an acceptable Small Business
Subcontracting Plan in accordance with Public Law 95-507. As part of
its commitment to socioeconomic initiatives of the federal government,
the General Services Administration has established subcontracting
goals of 32 percent for small businesses, 6 percent for small
disadvantaged businesses, and 3 percent for woman-owned small
businesses. In support of the agency's efforts, firms seeking
consideration for this contract shall demonstrate a proactive effort to
achieve the above goals. The use of subcontractor consultants will be
reflected in a small business subcontracting Plan to be submitted with
the submittal and included in the contract. Firms must also provide a
brief written narrative of outreach efforts made to utilize small
business, small disadvantaged business and women-owned small business
concerns. The narrative shall not exceed one typewritten page. An
acceptable subcontracting plan must be agreed to before contract award.
Small business, small disadvantaged business and women-owned small
business concerns are strongly encouraged to participate as a prime
contractor or as a member of a joint venture with other small
businesses. All interested large business firms are reminded that the
successful firm will be expected to place subcontracts to the maximum
practical extent possible with small, small disadvantaged and
women-owned small business firms as part of their ORIGINAL SUBMITTED
TEAMS. Firms having the capability to perform the services described in
this announcement are invited to respond by submitting completed SF 254
for the prime firm and each proposed consultant (if any), which must be
dated no more than twelve months before the date of this synopsis, and
a composite SF 255 along with a letter expressing interest. Please
note: In Block 8 of SF-254, specify only current payroll (non-contract)
personnel of each firm. In Block 10 of the SF-255, the firm MUST sign
(name and title) and date the submittal. Submissions shall be mailed or
hand-carried to the General Services Administration, Program Support
Division, 26 Federal Plaza, Room 18-130, New York, New York by June 25,
1998, 4:30 P.M., local time. The following information MUST be on the
outside of the sealed envelope: 1) Solicitation No.
GS02P98DTC0073(N)/Title: CM services for the new US. Mission to the
U.N., 799 United Nations Plaza, New York, New York. 2) Due date: June
25, 1998. 3) Closing time: 4:30 P.M. SUBMISSIONS DELIVERED TO THE
ISSUING OFFICE WILL NOT BE ACCEPTED. Award of this contract is
contingent upon funding approval. This is not a request for proposal
(0141) Loren Data Corp. http://www.ld.com (SYN# 0098 19980526\R-0020.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|