Inactive
Notice ID:47PH0819R0003
The General Services Administration (GSA), Public Buildings Service (PBS) announces an opportunity for construction excellence for the construction of a new U.S. Courthouse, located at 200 Washington ...
The General Services Administration (GSA), Public Buildings Service (PBS) announces an opportunity for construction excellence for the construction of a new U.S. Courthouse, located at 200 Washington Avenue in Greenville, MS. The new building will be approximately 62,000 gross square feet containing 2 courtrooms (1 District and 1 Magistrate), 3 judicial chambers, prisoner detention areas, and 17 secure, interior parking spaces. Tenant agencies will consist of the U.S. District Court, U.S. Probation Office, U.S. Department of Justice - Marshals Service, and a GSA PBS Field Office. GSA will design and construct the courthouse in accordance with the PBS Facilities Standards (GSA P100), U.S. Courts Design Guide, U.S Marshals Service Publication 64 and all other applicable Federal standards/requirements. GSA is seeking a general contractor to act in the capacity of construction manager as constructor (CMc) who can provide full design phase and construction services for this project. The Government must ensure that there is adequate capability, experience and competition among the potential pool of responsible contractors. The Government anticipates the award of a single contract for CMc Services. The period of performance for the proposed contract will be for an approximate 36-month period. The estimated cost range for this project is between $20,000,000.00 and $30,000,000.00. Award of this contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the solicitation in advance of such time as funds are made available to the contracting officer for the purpose of contract award. The CMc contractor shall be a member of the project development team during the design and construction phases of the project, working with the selected architect/engineer firm, construction manager as advisor firm and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: 1) Design phase services (such as reviewing design submissions, preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting value engineering exercises, and conducting constructability reviews); and 2) construction phase services (such as constructing the facility at or below the guaranteed maximum price and on schedule, administering the construction contract and all subcontracts, coordinating construction meetings, critical path method scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility). The CMc will be competitively chosen using an advisory multi-step source selection (FAR 15) procedure. 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 offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and the evaluated price. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). This process permits tradeoffs among cost or price and technical factors, and allows the Government to accept other than the lowest priced proposal. Details on the submission requirements for the technical evaluation factors will be issued in the solicitation. This procurement is a full-and-open procurement that will be open to both large and small business firms. The firm (if not a small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR Part 19.7, as part of its proposal. The North American Industry Classification System (NAICS) Code is 236220. All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract. The request for proposal (RFP) will be issued electronically on or about December 4, 2018, at http://www.fedbizopps.gov. No paper copies will be mailed to prospective offerors. A pre-proposal meeting is tentatively scheduled on or about December 13, 2018, in Jackson, MS. After GSA issues the RFP, prospective attendees wanting to attend the pre-proposal meeting are to register their company with the GSA contracting officer via e-mail at carrie.haman@gsa.gov. The registration (information) submitted to the contracting officer should include the firm's name, address and phone number as well as those who will be attending the meeting. Call in reservations will not be accepted. This meeting is intended to review the scope of the project and the submittal requirements.