The RFP Database
New business relationships start here

Provide Construction Manager as Constructor (CMc) services necessary to construct the new Dwight D. Eisenhower Memorial in Washington, DC. The Eisenhower Memorial will be a permanent addition to the urban landscape of Washington DC.


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

 
EISENHOWER MEMORIAL MARKETING RESEARCH ANNOUNCEMENT

Synopsis:  The General Services Administration is looking for firms that qualify under the small business programs represented in the Federal Acquisition Regulations (FAR) Part 19 including 8(a), small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (Hubzone)small business, service disabled veteran owned small business, veteran-owned small business.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY, to identify valid sources and to gauge the business interest of Construction Manager as Constructor (CMc) services intended for a New National Dwight D. Eisenhower Memorial. The estimated range for this project is between $80,000,000 and $90,000,000. MARKET RESEARCH IS BEING CONDUCTED to determine if there are small businesses operating as PRIME CONTRACTORS with the capabilities and experience to perform the required work. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. NO telephone calls will be accepted.

GSA working with the Dwight D. Eisenhower Memorial Commission (EMC) announces an opportunity for Construction Excellence in Public Buildings.

Project Summary: Provide Construction Manager as Constructor (CMc) services necessary to construct the new Dwight D. Eisenhower Memorial in Washington, DC. The Eisenhower Memorial will be a permanent addition to the urban landscape of Washington DC. The Eisenhower Memorial must have quality and substance equal to its place in the monumental core of the Nation's Capital. It will be a "plaza-type" memorial with extensive landscape and hardscape components and a small (approx. 4,500 SF) building consisting of office space, a bookstore, public toilets, and support facilities for the operation and maintenance of the Memorial. The project will feature large monumental-grade memorialization elements and aesthetic depictions befitting a national presidential memorial within in the scope of the construction contract. The estimated construction cost including all construction work and memorialization elements, NOT INCLUDING the bronze sculptures, ranges between $80,000,000 and $90,000,000. The Bronze sculptures are being procured by GSA under a separate contract. All work will be performed in accordance with GSA authorized and approved standards.

The Memorial will be located entirely on Federal Property at a four-acre site in the center of Washington, DC. The site lies at the intersection of Maryland and Independence Avenues, SW and spans two blocks, from 4th street to 6th Street, SW.

Design Phase Services include, and are not limited to, preliminary evaluation of the Architect of Record design development documents; review and evaluation of the Architect of Record construction document submissions for constructability; review and evaluation of all Architect of Record cost estimates; reconciliation of all cost estimates; participation in all construction document team meetings; value engineering suggestions; identification of any problems or errors in the design and design documents; consultation during design document production; preliminary project schedule development; identification of long-lead items, independent pricing of design document phase and construction document phase submittals; preliminary cost estimates; development of subcontractor and supplier interest; and, establishment of firm-fixed pricing. The CMc shall possess a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. Most importantly, the CMc shall have complete responsibility for the construction of the facility, should the Option for Construction Phase Work be exercised.

Construction Phase services include, but are not limited to, construction; project scope management; selection and procurement of all necessary subcontractors, including artisans; administration of the construction contract and all subcontracts; coordination of regular construction meetings; critical path method (CPM) scheduling and schedule control; maintaining construction records, including daily logs and monthly reports; monitoring construction costs; progress reporting; conducting and coordinating inspections and testing to ensure proper functioning of the Memorial; coordination of commissioning and turnover to designated facility management staff and tenants; performing closeout procedures; and, all other required services necessary for a complete and sustainable facility.

The North American Industry Classification System Codes (NAICS) is 236220, Commercial and Institutional Building Construction, and the small business standard is $36.5 million. Interested PRIME CONTRACTORS ONLY are invited to submit a capabilities statement or narrative demonstrating their experience in construction of similar nature as described above. The submittal shall be no longer than 10 pages. Include the following information in your response and/or narrative:

1.  Company name, address and point of contact with his/her phone number and email address

2.   Business size to include any official teaming arrangements as a partnership or joint venture: Indicate if your company is a certified 8(a), small business, women owned business, small disadvantaged business, Historically Under-utilized Business Zone (Hubzone) small business, service disabled veteran-owned small business, or veteran owned small business.

3.   Details of similar projects and state whether you were the Prime or Subcontractor: Required, at a minimum three (3) projects completed within the last ten (10) years that are relevant to the work that will be required under this project.

4.   Dates of construction work

5.   Project reference (including owner with phone number and email address for each project listed)

6.  Project cost, term and complexity of job

7.  Information on your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES

Note: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government.

Failure to submit all information requested will result in a contractor not being considered as an interested concern. EMAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, TEN (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Adrienne Smith, Contracting Officer. email: adrienne.smith@gsa.gov.

AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The government will not reimburse responders for the cost of submittals.

Contracting Office Address:

301 7th and D Streets, SW

Washington, District of Columbia, 20407


Adrienne Smith, Contract Specialist, Phone 202-580-9990, Email adrienne.smith@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP