Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102

General 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