The RFP Database
New business relationships start here

CMc Services for IRS Service Center Limited Scope Modernization


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

GSA Solicitation No. 47PJ0019R0203
CMc Services - IRS Service Center Limited Scope Modernization
IRS Service Center, 1160 W 1200 Street, Ogden, UT 84404-5402



Project Description:  The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 8 requires Construction Manager as Constructor (CMc) (also known as construction manager at risk) services for the repairs, alterations, renovations, and improvements at the Department of Treasury - Internal Revenue Service (IRS) Service Center Building located at 1160 W 1200 S, Ogden, UT. GSA has determined that the proposed repair and alteration project is the best solution for GSA and IRS in order to address critical needs, reduce future maintenance, improve life safety and efficiency, and minimize repair costs.


The building was originally constructed in 1965-1966. It consisted of the South Building, including all areas south of the Central Atrium and the Administrative Area. In 1968-1969, the North Building was constructed along with the Mechanical Room extensions and the enclosed south dock and warehouse spaces. The following year the Health Center was completed. The area known as "Café West" and the exterior playground area were built in 1989-1990. The main entrance at Door "A" and the "Public Access entrance at Door "K" were added in 1992-1993. In 1994-1995, changes were made which extended the perimeter fence, added the north dock and mechanical room, constructed the west visitor security building and installed security access shelters at the drive entrances. The latest renovation in 2000 involved upgrading the Child Care Center. The Main Building and property is not eligible for the National Register of Historic Places. The IRS Service Center is one of three mission critical facilities for the IRS, and is operational twenty-four hours a day, seven days a week. The building also houses an American First Federal Credit Union branch, Cafeteria Services and a Child Care Center.



The CMc approach will require partnering with the GSA, A-E, IRS, and other involved parties. The CMc contract will include three key phases or categories of work: Pre Construction Services, Construction Services, and Construction Management Services.



The CMc delivery method will allow full collaboration between the CMc contractor and the design contractor throughout the design process. Pre Construction Services for the CMc will include the review of the IRS work item list and to help the architect/engineer (A/E), IRS and GSA prioritize these work items, and to allow the construction budget to maximize the number building improvements completed. The CMc will provide constructability reviews and cost estimating during this phase.



In broad terms the Construction Services for this contract will include: general architectural construction (walls, ceilings, finishes), electrical upgrades, mechanical upgrades, fire and life safety upgrades, seismic bracing, roof replacement and paving upgrades. The details of the work items and construction scope will be defined based on the 100% construction documents, drawings and specifications. The CMc and Government will need to negotiate the scope of Construction Services to maximize the amount of repairs and modernizations that can be accomplished with the available funding.



Construction Management Services during construction will be performed by the CMc contractor. This will include but not be limited to: quality control, budget and schedule management, change order review, commissioning assistance, punch list and closeout assistance. There will not be a construction manager advisor (CMa) on the project.



The documents attached to this solicitation announcement should be referenced for a more detailed description of the requirements, performance objectives, work items, and scope of work.



Project Duration and Schedule:  GSA anticipates that the design phase will take one year, followed by a two year construction period. Fast tracking some of the work items will be encouraged, taking full advantage of having the CMc contractor on board during the early design phase. The performance of pre construction services is necessarily connected to the schedule set by the architect-engineer. The performance of construction services and construction management services has more flexibility and may be negotiated to set a schedule that maximizes the amount of repairs and modernizations within the available budget.


Anticipated Dates for Procurement of Project
Issue of Solicitation: September 5, 2019
Proposals Due: October 7, 2019 no later than 3:00 p.m. Mountain Time
Negotiations and Discussions (if necessary): October 2019 / November 2019
Contract Award: November 2019
Start of Pre Construction Services: November 2019
Start of Construction Work and Construction Management Services: September 2020 / October 2020
Projected Project Completion: September 2022 / October 2022


The anticipated dates in this synopsis are for informational and planning purposes and may be subject to change. It is the responsibility of offerors to check this solicitation announcement regularly for any amendments.



Site Visit: A site visit is scheduled for September 19, 2019 at 1:00 p.m. Mountain Time. All attendees must register for the site visit in advance. Individuals not specified as being in attendance will be denied access to the site. All attendees of the pre-proposal conference and site visit are required to enter the IRS Service Center at the visitors' entrance on the west side of the service center. See Section I.F. of the attached GSA Solicitation No. 47PJ0019R0203 for more details.


NAICS: The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39.5 million.

Subcontracting:  In accordance with FAR subpart 19.702(a)(1), a subcontracting plan is required as part of the negotiated agreement for the project opportunity. Failure to submit a subcontracting plan may result in ineligibility for contract award. The requirements of a subcontracting plan are described in FAR subpart 19.704. A subcontracting plan is only required to be submitted from the apparent successful offeror as part of the negotiation process, provided the apparent successful offeror is a large business.

Set-Aside:  Based on the results of market research, the Government has made the decision to solicit the requirement through full and open competition

Contract Type:  The base contract for pre construction services is anticipated to be awarded at a firm-fixed price. The initial contract award will also include a Guaranteed Maximum Price (GMP) Construction Cost and proposed Construction Fee Percentage. The GMP Construction Cost includes i) the target Estimated Cost of the Work (ECW); ii) Fee for the Construction Work; and iii) Construction Management Services.


The ECW is set by the Government at $30 million - $40 million for the project. The Government will hold any available contingency allowance. Offerors are to submit a proposed ECW to be incorporated at construction contract award as the target ECW. The target ECW may adjust based on pre construction services to negotiate a final ECW prior to exercise of the option for Construction Services and Construction Management Services.



The Fee for the Construction Work includes the CMc's indirect cost, including overhead and profit for construction services. The Fee for the Construction Work may only adjust for scope changes that have an impact on schedule.


The Construction Management Services includes, but is not limited to, any indirect cost, profit, quality control, quality assurance, budget and schedule management, change order review, commissioning assistance, and punch list and closeout assistance for construction management services. Construction Management Services also includes any direct costs incurred in the performance of the services.



After the parties have agreed to the scope at 100% completed design, the Government and the CMc may agree to bilaterally modify the line item for Construction Services and Construction Management Services from the GMP to a firm-fixed price. The firm-fixed price for Construction Services and Construction Management Services must not be in excess of the GMP.



Construction Services and Construction Management Services are only required if the Government elects to exercise the option. The Government reserves the right not to exercise the option for Construction Services and Construction Management Services if the GMP Construction Costs exceeds the available funding, there is no agreement on the scope of final negotiated ECW, or if it is not in the Government's best interest.


Certain activities may be identified for fast track completion (e.g. demolition as an early work package) to deliver the project quicker than alternative methods of project delivery. Early work packages must be converted to a firm-fixed price through bilateral agreement once the scope of the work package is fully specified.


Bonding: Contractors will be required to provide a bid bond for the requirement and have sufficient bonding capacity for the proposed work.

Design Errors and Omissions: Settled through GSAM 552.243-71 Equitable Adjustments clause and may be settled as firm fixed-price outside of the GMP.

Information on Proposal Submission: The Government plans to conduct a competitive negotiated acquisition. The Government will use source selection procedures in FAR Part 15 to evaluate proposal packages. Specifically, the Government will evaluate proposals to create a competitive range of the most highly qualified contractors to further discuss qualifications. Accordingly, the Government intends to establish a competitive range to conduct negotiations with the most highly qualified contractors. The competitive range may exclude highly rated proposals that may otherwise be included in the competitive range if it is necessary to achieve efficiency in competition among the most highly rated proposals. The Government may establish a competitive range of one provided such a decision is reasonably supported as part of the competitive range determination. Therefore, offerors are strongly encouraged to submit a proposal that presents the offeror's best terms from a price and technical standpoint.


Interested offerors should carefully read all attached documents and solicitation information for a complete description of the proposal information and requirements. The Government intends to award one (1) contract that represents the best value based on evaluations of past performance, technical factors, other specified non-price factors, and price through a tradeoff process and other procedures described in the solicitation. In the Government's evaluation of proposals, the non-price factors, when combined, are significantly more important than price.



The proposal will consist of two separate volumes or sections.
1.    Technical Proposal
2.    Price Proposal



The required content for each volume of the proposal is described in more detail in the documents attached to this solicitation announcement.


The Government intends to evaluate four technical factors described below and weight the factors to calculate an overall weighted score for the technical proposal.


Non-Price Factors                                                      Weight
Company's Relevant Experience                                 20%
Company's Past Performance                                     40%
Relevant Experience of Key Personnel                       20%
Management Approach & Technical Understanding    20%
TOTAL                                                                         100%


The Government will also evaluate the following price components as part of the best value determination.


Total Evaluated Price: The Total Evaluated Price includes: i) the firm-fixed price for pre construction services; and ii) GMP Construction Cost.


The solicitation document and other attachments should be referenced for details on the proposal evaluation criteria, submittal requirements, and evaluation methodology.


Attachments:
01.    GSA Solicitation No. 47PJ0019R0203


02.    Offeror Representations and Certifications Form


03.    Standard Form 1442 for GSA Solicitation No. 47PJ0019R0203


04.  IRS Service Center - CMc Services Proposal Form


05.    Agreement for CMc Services - IRS Service Center Limited Scope Modernization


06.    Scope of Work for CMc Services - Limited Scope Renovation Project at the IRS Service Center, Ogden, UT


07.    CMc Construction SOW Work Items


08.    Attachment to Agreement - Security Clearance Requirements


09.    SBU Information Request Form


10.    Wage Determination General Decision No. UT20190089, Modification No. 3, dated 07/26/2019


Document Availability: The solicitation is available for electronic download from the Federal Business Opportunities website at https://www.fbo.gov. The download will be available at no charge. All documents are subject to appropriate guidelines, protocols, and procedures to control sensitive but unclassified information.


Other Information: All interested vendors must be registered in the System for Award Management (SAM). Potential offerors should refer to the solicitation package regarding instructions for registration in SAM.


Amendment 0001 issued 09/11/2019:  The purpose of Amendment 0001 is to correct the proposal due date in the Solicitation document. The amended Solicitatino document with the corrected proposal due date is attached to Amendment 0001. Proposals are due October 7, 2019 no later than 3:00 p.m. Mountain Time.


Amendment 0002 issued 09/26/2019:  The purpose of Amendment 0002 is to provide responses to Requests for Information and to correct language on the Standard Form 1442 in the line item 0001 description. See attached Amendment 0002 for more details.


Notice of Correction to Amendment 0002 issued 09/26/2019:  The purpose this notice is to correct information in the Attachment to GSA Solicitation No. 47PJ0019R0203 Amendment 0002. The corrected Amendment 0002 has been attached for download and shall take precedence over the previously posted Amendment 0002 to make the necessary correction in information.


Amendment 0003 issued 09/30/2019:  The purpose of Amendment 0003 is to make minor corrections to the responses to the Requests for Information in Amendment 0002. The Requests for Information also adds on question and response to the list of RFIs. See attached revision 1 for details.


Amendment 0004 issued 10/02/2019:  The purpose of Amendment 0004 is to provide responses to Requests for Information. See attached Amendment 0004 for more details.



Joan Amend , Contracting Officer , Phone 3039904048, Email joan.amend@gsa.gov - Dylan T. White, Contract Specialist, Phone 3032361084, Email dylan.white@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP