West Virginia Bids > Bid Detail

Construction Manager as Constructor (CMc) Services for the Clarksburg Courthouse Phase 2-5 Renovation Project

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159967443286695
Posted Date: Dec 18, 2023
Due Date: Jan 4, 2024
Source: https://sam.gov/opp/a3421cb5bf...
Follow
Construction Manager as Constructor (CMc) Services for the Clarksburg Courthouse Phase 2-5 Renovation Project
Active
Contract Opportunity
Notice ID
rjp12182023ClarksburgCMc
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R3 ACQ MGMT DIV SOUTH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 18, 2023 01:10 pm EST
  • Original Response Date: Jan 04, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Clarksburg , WV 26301
    USA
Description

This is a Sources Sought Notice and is for informational purposes only.



THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.



Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offerors ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement.





Description:



The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, interested small businesses, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) that would be interested in submitting offers for this anticipated solicitation for Construction Manager as Constructor (CMc) Services for the Clarksburg Courthouse Phase 2-5 Renovation Project in Clarksburg, West Virginia.



This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications, or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision-making process with regards to the extent it will be competed.





It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) clause 52.219-8, Utilization of Small Business Concerns.





General Description of Scope of Services:



The General Services Administration (GSA) intends to renovate the Clarksburg Courthouse which includes Architectural/MEP upgrades includes but in not limited to the following spaces: District Courtroom, Chambers, Clerk Suites, USMS operations, general areas. This project also includes major structural repairs throughout the building as well as major physical security upgrades throughout the site. The building is deemed historic. Below is a high-level outline of the major phases and work packages.





USMS space modifications and miscellaneous repairs. This includes providing a larger prisoner elevator and shifting the secure wall to accommodate. Replacement of garage mechanical and electrical systems, limited façade repairs.





Renovation of the second floor which includes: District Courtroom #1 (on 2nd Floor) and chambers construction. Perform hazardous material abatement, general construction, MEP, finishes.





Renovation of 1st Floor; Jury assembly and visiting Judges chambers with associated support space construction on the 1st floor. Clerk’s office space construction on the first floor.





Renovate Third Floor which includes; perform hazardous material abatement, general construction, MEP, finishes. Provide new mechanical and plumbing in the attic MER.





General Description of CMc Scope of Services:



The scope of services is for Construction Manager as Constructor (CMc) Services to manage and execute a construction project utilizing the Construction Manager as Constructor (CMc) project delivery method. The Government contemplates the use of a Construction Manager as Constructor (CMc) Guaranteed Maximum Price with Construction Contingency Allowance and Shared Savings contract. The Construction Manager as Constructor (CMc) project delivery method is sometimes also known as the Construction Manager at-Risk project delivery method



The General Services Administration shall utilize the Two-Phase CMc project delivery method in conjunction with the GSA’s Design Excellence & Construction Excellence Programs, designed to provide taxpayers with outstanding and cost-effective federal buildings.





GSA has engaged an Architect Engineer (A/E) who will complete a CMc RFP for the project. The contractor will be required to have the ability to successfully coordinate all of the trade/subcontractor work and complete this project within all applicable government guidelines governing the work.





The location of performance is:



500 W. Pike Street, Clarksburg, WV 26301





Cost Accounting Standards





The use of a GMP type contract is the equivalent of the ceiling price described in FAR 16.403-2. Therefore, Cost Accounting Standards (CAS) prescribed in FAR part 31 will apply to this requirement and all potential offerors must present evidence of CAS compliance. This requirement may be waived only if it is determined by the contracting officer that it would have an adverse effect on competition.





Size Standard:



The applicable NAICS code is 236220, Commercial and Institutional Building



Construction, and the small business size standard is $45 million.





Magnitude of Construction:



The order of magnitude for the contemplated acquisition is between



$40,000,000 and $50,000,000.





Selection Procedures:



The anticipated contract will be procured utilizing source selection procedures as described in FAR Subpart 15.3 to select the firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, the award will be made using best-value, source selection procedures incorporating trade-offs between price-related and non-price related factors.





In response to this Sources Sought notification, please provide responsive information and concise answers to the following questions: Please limit your collective response to seven pages total. Additional pages will not be considered. Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities.





Response Information:



The following information is requested in your response:



(1) Identification, including name, address, phone number, email, and DUNS



number, and status as a small business, including verification as a HUBZone,



8(a), SDVOSB or WOSB, if applicable.





(2) Required experience to be considered as a viable source for the contemplated acquisition includes experience in delivering services during both the design and construction phase for projects with a Guaranteed Maximum Price contract awarded to your firm as prime contractor utilizing the CMc project delivery method. The work should include managing multiple



subcontractors, working in occupied office buildings, dealing with sensitive customers, and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued in the provided order of magnitude, at a minimum, (between $40,000,000 and $50,000,000) and have been completed within the past five (5) years. Include your firm's experience with "open book accounting." The response should include, but is not limited



to, a contract number, location, agency/owner, dollar value (inclusive of changes), contract type, project delivery method, a description of the work, including how it is similar to the contemplated procurement, and an owner point of contact to include an email address and telephone number. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your response to no more than three (3) completed contracts which meet the criteria above.



(3) Evidence of the ability to obtain performance and payment bonds up to the maximum order of magnitude described above.



(4) Indicate whether your firm would submit a proposal in response to a* Request for Proposal consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition).



Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response.



After review of the information received, a solicitation may be published in the Federal Business Opportunities. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.



Responses must be submitted by email in PDF format to Raymond J Porter at raymondj.porter@gsa.gov on or before January 4, 2024, at 2PM, Eastern Time.


Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MGMT DIVISION SOUTH 100 S. INDEPENDENCE MALL WEST
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 18, 2023 01:10 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >