Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS

C -- CM SERVICES FOR RENOVATION OF US COURTHOUSE, 225 CADMAN PLAZA, BROOKLYN, NY=20

Notice Date
July 24, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
ZIP Code
10278
Solicitation Number
GS-02P-02-DTC-0032
Response Due
September 6, 2001
Point of Contact
Enrico Caruso, Contract Specialist, Phone (212) 264-9490, Fax (212) 264-0588, Email enrico.caruso@gsa.gov -- Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, Email miriam.lopez-rivera@gsa.gov
Description
The General Services Administration (GSA), Northeast and Caribbean Region, Public Buildings Service, Property Development Division, Room 1639, 26 Federal Plaza, New York, New York 10278; announces an opportunity for Construction Management (CM) services for design (base), construction procurement (option) and construction (option) phases for the Modernization of the existing Emanuel Celler U.S. Courthouse, 225 Cadman Plaza East, Brooklyn, New York. Solicitation No. GS-02P-01-DTC-0032(N). The building is a seven-story structure with a gross area of 26400 square meters (284000 square feet) and houses district courtrooms and chambers, magistrate hearing rooms, court support and U.S. Marshals Service facilities. The building will be partially occupied during construction. The estimated construction cost range for this project is=20 $ 45 to 49 million. Currently a new U.S. Courthouse is under construction at this location and will be permanently connected to the existing courthouse by a 6-story link. The scope of services under this contract will include, but not be limited to, design and constructability review, meeting minutes, record keeping, budget and schedule monitoring and control, inspection, reporting progress, safety monitoring, meeting arrangement and attendance, submittal processing, testing, progress payment processing, responding to information requests, contract modification preparation, and claims prevention and claims processing, monitoring labor provisions, photo documentation, general service items and other services. The proposed project team must have the ability to provide design phase services in the basic disciplines (i.e. architectural, civil, structural, mechanical and electrical) as well as seismic upgrade and abatement of hazardous materials. Project documents will be in strict System International (SI) metric units. The proposed project team must 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 services in basic as well as specialty fields. To assure maximum efficiency of communication, an e-mail address will be maintained by the CM's home and field offices. The CM is required to have and be proficient in the use of Primavera and MS Project. The CM will provide Electronic Project Management (ePM) system. Electronic Project Management is an internet-based information and project communication system, which permits parties on a project team to communicate and collaborate in an electronic environment by means of a secure web-browser. Consideration will be limited to firms with existing office facilities within a seventy-five -- (75) mile radial distance from Columbus Circle, New York City. A Scope of Work may be obtained from the Contracting Officer, General Services Administration, Public Buildings Service, Room 1639, 26 Federal Plaza, New York, New York 10278, (212) 264-9490. 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. =20 The respondent CM is required to include a narrative for each of the projects included in the qualifications submitted for evaluation. In addition, submit evidence-demonstrating 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 may contact those individuals and firms that are listed as references by the CM to verify that services provided were on projects similar to this modernization project and to solicit their assessments of the quality of those services that were provided. Responses to technical evaluation criteria items 1 and 2, below, shall describe three (3) modernization 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 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 [40%]: The firm shall submit a description of its design and constructability review background for the type of services specified in this solicitation especially experience with: Modernization of existing buildings with at least 10,000 square meters of space, federal agencies and knowledge of applicable government regulations; Local and national codes.=20 The following categories shall be addressed: Disciplines: Architectural, Civil, Structural, Mechanical and Electrical; Specialties: Elevators, Fire and Life Safety, Security, Seismic, Accessibility (ADA requirements), Hazard Abatement (asbestos, contaminated soil, lead, PCB's, etc.), Cost Estimating. 2. CONSTRUCTION MANAGEMENT EXPERIENCE [35%]: The firm shall submit a description of its construction management background and experience with modernization projects with Construction cost of at least $30M. Describe degree of complexity of projects, experience with multi-tenant job sites and ability to control budget, schedule and quality. 3. MANAGEMENT & ORGANIZATION [25%]: Address management philosophy toward client satisfaction and teamwork, resource allocation, 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 personnel, ability to meet schedules, and ability to promptly respond to the work load fluctuations. Discuss planning for this contract and current workload; office facilities such as computer aided design (CAD) system, word processing software for specifications and their compatibility with GSA Region 2. The CM selection will be completed in two stages: Following screening of qualifications and performance data, submitted in response to this Request for Qualifications (RFQ), three or more 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 being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to both large and small business concerns. Before award of this contract, the CM (if not a small business with over $27,500,000.00 annual gross 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 42 percent for small businesses, 7.5 percent for small disadvantaged businesses, 5 percent for woman-owned small businesses, 2 percent for HUBZone businesses, and 3 percent for veteran-owned 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 proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to maximum extent possible with small, small disadvantaged, women-owned small, HUBZone and veteran-owned small business firms as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan must be agreed to before contract award. Small business, small disadvantaged business, women-owned small business concerns, HUBZone businesses and veteran-owned businesses are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. 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 to: General Services Administration, 26 Federal Plaza, Bid Room 18-130, New York, NY 10278. The following information must be on the outside of the envelope: 1) Solicitation No. GS-02P-01-DTC-0032(N)/Title, 2) Due Date September 6, 2001, 3)Closing Time 4:30 PM. Late responses are subject to FAR Provision 52.214-7. 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. Award of this contract is contingent upon funding approval. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. This contract will be procured under the Brooks Act and FAR 36. This is not a Request for Proposal.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/2PCB/GS-02P-02-DTC-0032/listing.html)
Record
Loren Data Corp. 20010726/CSOL001.HTM (D-205 SN50S7S2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 24, 2001 by Loren Data Corp. -- info@ld.com