Search Contract Opportunities

Construction Manager as Constructor (CMc) Services - Frank E. Moss Courthouse Seismic Updgrades, Backfill, & Building Renovation   3

ID: 47PJ0020R0183 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 20, 2021, 10:51 a.m. EST

AMENDMENT 0001 - January 20, 2021

Amendment 0001 is issued to provide answers to questions submitted in response to the solicitation. This Amendment includes:

  1. the Amendment 0001 - SF 30 - Questions and Answers
  2. revised document entitled 01 - The Solicitation - Amendment 0001

---------------------------------------------------------------------------------------------------------------

NOTICE: Technical documents are available. In order to receive a copy of these documents, Offeror's must complete the provided Attachment 5 - SBU Information Request Form and return the completed/signed document to both the Contracting Officer at rhonda.widick@gsa.gov and the Contract Specialist at garrett.miller@gsa.gov . Documents will be distributed to Offerors who return properly completed forms.

This is a solicitation notice for the U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 8.

Project Description:

The primary objectives of this project are to improve the overall seismic performance of the building for the safety of its occupants in accordance with the PBS P100 as a result of a February 2, 2016 Executive Order 13717 Establishing a Federal Earthquake Risk Management Standard; back-fill the Frank E. Moss U.S. Courthouse with federal agencies, some of which are currently housed in private market leases within the Salt Lake City metropolitan area; preserve and rehabilitate significant historic spaces; and invest in building systems that are at the end of their useful life, improving the overall performance of the building and tenant comfort.

The project's minimum target is LEED Gold Certification; however the goal is LEED Platinum Certification.

The project shall maximize space utilization for the agencies, creating an advanced and modern work environment. The project team shall ensure a high performing building that employs a whole building design approach which maximizes the building's original construction and inherent characteristics to drive efficiency cost effectively. The project team will collaborate in order to deliver an award winning project which embraces the ethos of design excellence, construction excellence, balances preservation and advanced technology, and exhibits a high degree of ingenuity, and creativity.

Project History:

GSA has contracted with a separate Architect-Engineer (AE) firm that is responsible for developing complete design and construction documents for the Frank E. Moss U.S. Courthouse. In addition, the GSA has contracted with a separate Construction Manager as Advisor (CMa) firm to provide certain services during the design and construction phases of the project.

The project site is located at 350 South Main Street in downtown Salt Lake City, UT. The site is bound by Main Street to the East, University Boulevard to the South, West Market Street to the North, and the new U.S. District Courthouse and plaza to the West.

The Frank E. Moss U.S. Courthouse is a contributing structure in the historic Exchange Place District of downtown Salt Lake City, designed in the Neoclassical Revival style. The building was originally designed by Supervising Architect of the Treasury, James Knox Taylor, and constructed in 1905 serving as a Federal Courthouse and U.S. Post Office. The structure was expanded to the west in 1912, enclosing the U shaped structure. In 1932 the building was expanded to the South almost doubling the structure in size and mimicking the central lightwell configuration of the 1905 and 1912 structure. The Courthouse was listed on the National Register of Historic Places in 1978. The building has five principal floor levels as well as a basement, and serves as a Federal Courthouse and Federal Office Building. It comprises of approximately 234,000 gross square feet with approximately 152,000 usable square feet. The use post construction will remain the same, serving as a multi-tenant federal office building and Courthouse for the U.S. Bankruptcy Courts.

General CMc Statement of Work (SOW):

The CMc contract will include two distinct phases: 1) Design Phase Services (base services) and, 2) Construction Phase Services (optional services).

The CMc delivery method will allow full collaboration between the CMc contractor and the Architect-Engineer contractor throughout the design process. Design phase services for the CMc will include, but are not limited to, the CMc shall review and become familiar with the scope of services under the A/E's contract, especially the various standards, guidelines, policies, and documents that the A/E is required to follow in developing the design and construction documents. This review and familiarization is vitally important during the Design Phase Services because, as set forth in more detail below, the main tasks of the CMc Contractor during the Design Phase Services are to provide constructability and cost estimation reviews of the A/E's design-related submissions. At its core, the CMc Contractor will help to ensure that the design and construction documents will enable the Government to exercise the Guaranteed Maximum Price (GMP) Option at a price that is at or below the GMP.

Subject to the exercise of the GMP option, the CMc shall provide all supervision, labor, materials, and equipment to provide all required construction services for the seismic upgrades, preservation of significant historical aspects, construction for backfill of tenant space, and modernization of building systems to create an efficient, and comfortable working environment.

Project Duration and Schedule:

The contractor shall refer to the Contract, however it is anticipated that the following milestones shall be approximate dates of what to follows:

Base Design Services Notice to Proceed (Moss Courthouse): May 2021

Construction Documents Phase Complete (Moss Courthouse): February 2022

Construction Notice to Proceed (Moss Courthouse): March 2022 (or upon construction completion/occupancy Bennett Swing Space)

Anticipated Dates for Procurement of Project:

The anticipated dates in this synopsis are for informational and planning purposes and may be subject to change.

Issue of Solicitation: December 2020

Site Visit: Early January 2021

Technical Proposals Due: January 2021

Price Proposals Due: March 2021

Contract Award: May 2021

NAICS : The NAICS code for this procurement is 236220, Commercial and Institutional Building Construction.

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.

Set-Aside: The requirement is not set aside for small business concerns.

Posted: Dec. 21, 2020, 5:16 p.m. EST

Overview

Response Deadline
Jan. 26, 2021, 12:00 p.m. EST Past Due
Posted
Dec. 21, 2020, 5:16 p.m. EST (updated: Jan. 20, 2021, 10:51 a.m. EST)
Set Aside
None
Place of Performance
Salt Lake City, UT 84101 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
On 12/21/20 PBS Region 8: Rocky Mountain Region issued Solicitation 47PJ0020R0183 for Construction Manager as Constructor (CMc) Services - Frank E. Moss Courthouse Seismic Updgrades, Backfill, & Building Renovation due 1/26/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Rhonda Widick   Profile
Phone
(402) 601-8041

Documents

Posted documents for Solicitation 47PJ0020R0183

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation 47PJ0020R0183

Award Notifications

Agency published notification of awards for Solicitation 47PJ0020R0183

Contract Awards

Prime contracts awarded through Solicitation 47PJ0020R0183

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PJ0020R0183

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PJ0020R0183

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R8
FPDS Organization Code
4740-47PJ00
Source Organization Code
100176880
Last Updated
Feb. 10, 2021
Last Updated By
rhonda.widick@gsa.gov
Archive Date
Feb. 10, 2021