COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14, 2001 PSA #2936
SOLICITATIONS
Z -- CONSTRUCTION MANAGER AS CONTRACTOR (CMC) SERVICES CONTRACT FOR THE PROPOSED REPAIR AND ALTERATION OF MARTIN LUTHER KING, JR. FEDERAL BUILDING LOCATED IN ATLANTA, GA.
- Notice Date
- September 12, 2001
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Development Division (4PCA), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365
- ZIP Code
- 30365
- Solicitation Number
- GS-04P-01-EXC-0058
- Response Due
- September 24, 2001
- Point of Contact
- Wylene Bell, Contract Specialist, Phone 404-331-4617, Fax 404-331-7063, Email wylene.bell@gsa.gov -- Freeman Randolph, Contracting Officer, Phone (404) 331-4269, Fax (404) 331-7696, Email freeman.randolph@gsa.gov
- Description
- SUBJECT: CONSTRUCTION EXCELLENCE FOR REPAIR AND ALTERATION OF THE MARTIN LUTHER KING JR. FEDERAL BUILDING, ATLANTA, GEORGIA CMc CBD ANNOUNCEMENT WRITTEN EXPRESSION OF INTEREST FOR CONSTRUCTION EXCELLENCE FOR THE PROPOSED RENOVATION AND ALTERATION OF THE MARTIN LUTHER KING JR. FEDERAL BUILDING. The General Services Administration announces an opportunity for Construction Excellence in Public Buildings GS-04P-01-EXC-0058. POC: Wylene Bell, Contracting Officer, 404-331-4617. The following document describes the Construction Manager as Contractor (CMc) Services Contract for the proposed repair and alteration of Martin Luther King Jr. Federal Building located in Atlanta, Georgia. The scope of CMc services under this proposed contract includes Pre-Construction Phase Services and the option for Construction Phases Services. A Fixed-Price Incentive (Successive Targets) with Award Fee contract under FAR 16.403-2 and FAR 16.404 is contemplated. The CMc will be competitively chosen using Advisory Multi-Step (FAR 15.202) and Source Selection (FAR 15.3) procedures. For this contract, technical factors, when combined, are significantly more important than cost or price (see FAR 15.101-1 trade off). The proposed repair and alteration will be performed at the existing Martin Luther King Jr. Federal Building. The building is an 11 story structure, which includes the basement ground, mezzanine, seven office floors, and a mechanical penthouse on the 8th floor, with approximately 345,781 gross square feet (32,123 square meters). The building structure is steel and reinforced concrete with a ribbed slab system between floors. The building facade is limestone and granite. (Major work items include removing, repairing and replacing the external skin of the building, and replacement/rehabilitation of the original steel windows, other work items include replacing the roof membranes, mechanical and electrical upgrades, interior space renovations, and hazardous waste abatement.=20 Estimated combined (pre-construction and option construction phase). Project cost range is $22,000,000 to $25,000,000. A Construction Manager as Constructor or CMc, is defined as a firm engaged under direct contract to a building owner, in this case, the General Services Administration (GSA), to provide design review, cost estimating, scheduling and general construction services. The CMc shall be a member of the project development team during the planning, design and construction phases, along with GSA as owner-developer and GSAs selected A-E firm, Lord, Aeck and Sargent, and other GSA consultants. Proposal Submittal Requirements: Proposals will be evaluated using a two-stage, advisory multi-step process (FAR 15.502). Stage I of the RFP will contain an explanation of the entire selection process, including the evaluation factors for Stage I and Stage II of the RFP. Under the Stage I RFP, offeror must submit information regarding the firms qualifications, past experience, past performance, and factors identified in the RFP. Selection will be based on the following evaluation criteria elements: 1) Firm Past Performance in providing General Construction Services and Pre-Construction Services on Similar Projects, 2) Firm Experience in providing General Construction Services and Pre-Construction Services on Similar Projects, 3) Qualifications and Experience of Key Personnel, and 4) CMcs Resources, Facilities, and Technology. Submissions shall clearly address the rating factors in the RFP. The Government will evaluate Stage I of the RFP submissions to identify and advise the offerors about their potential to be viable competitors. The Government shall evaluate all responses in accordance with the criteria stated in the Stage I of the RFP, and shall advise each respondent in writing informing them they will be invited to participate in the resultant acquisition or, based on the information submitted, that they are unlikely to be a viable competitor. The Government shall advise respondents considered not to be viable competitors of the general basis for that opinion. The Government shall inform all respondents that, notwithstanding the advice provided by the Government in response to their submission, they may participate in the next stage of the acquisition. Under the Stage II RFP, offerors must submit additional detailed information regarding the, Project Management Plan, identified in Stage II of the RFP. The Stage II evaluation will be based on technical factors as well as price. The Government reserves the right to make an award based on the evaluation of the Stage II submittal without holding discussions. How to Offer: Potential offerors having the capabilities to perform the services described herein are invited to respond by submitting a one (1) page letter on your companys letterhead stating your interest in the project, and the name and E-mail address of the firms contact person. Your letter must be submitted via E-mail to wylene.bell@gsa.gov no later than 3:00 PM EST on September 24. All firms that respond will be provided an electronic copy of the Stage I Request for Proposals (RFP) package via e-mail. The RFP will provide additional information regarding the submission format. Additional information will be required of firms that are found to be viable as part of Stage II evaluation. The RFP for Stage I is expected to be released by September 27,2001. The funding for this acquisition is anticipated to be available beginning October FY 2002. This acquisition is open to large and small firms.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/GSA/PBS/4PCA/GS-04P-01-EXC-0058/listing.html)
- Record
- Loren Data Corp. 20010914/ZSOL006.HTM (D-255 SN50X3X9)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on September 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|