This is a solicitation notice for the Construction Manager as Constructor (CMc) service for the project entitled HVAC and Fire Alarm Replacement at the Edward T. Gignoux Federal Courthouse, Portland, Maine. This is a major renovation and alternation project that follows the GSA Design Excellence guidelines, the construction excellence guidelines, the GSA Operational Excellence guidelines, the GSA Facilities Standards for the Public Buildings Service (P-100) ver. 2021 and the U.S Court Design Guide 2021. The Edward T. Gignoux Federal Courthouse is a 3-story (plus basement), granite block structure that was designed in the Second Renaissance Revival style and was completed in 1911. It is individually listed on the National Register of Historic Places and is considered a GSA Legacy property. In 1932, an extension to the east side of the building was completed for occupancy by the U.S Postal Service. The historic features of the Gignoux Courthouse were restored as part of a modernization and expansion project completed in 1996. Much of the HVAC System is past its useful life The Gignoux Federal Courthouse system is past its useful life. The Gignoux Federal Courthouse contains 75,188 RSF. GSA intends to award a firm-fixed price CMc contract pursuant to the Federal Acquisition Regulation (FAR) 15.101 “Best Value Continuum”. The scope of CMc services under this proposed contract includes Design Phase Services and Construction Phase Services. The CMc will be competitively chosen using the Source Selection (FAR part 15) procedures. The objective of the Source Selection Process is to select a proposal the represents the best value to the Government. CMc is a Design-Assist project delivery method that allows an Owner to engage the Constructor early in the project to assist in defining the construction requirement as well as preparing construction cost estimates, schedule estimates, and constructability reviews. Both technical proposals and price proposals need to be clearly labelled so that the technical proposals can be evaluated separately by the Source Selection Evaluation Board in accordance with FAR Part 15.101. The technical (non-price) related factors consist of: Past Experience on similar projects, Managmenet Approach (Design Phase and Construction Phase Services), Qualifications and Experience of Key Personnal, Past Performance on similar Progects, Cost Accounting Standard Compliance. One contract will be awarded using competitive negotiation. This procurement 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 19.7, as part of its proposal. The Government reserves the right to make award on initial offers, but discussions may be held if appropriate. The Design Phase Services are anticipated to commence upon award of the contract in or about July/August 2022. GSA intends to solicit and negotiate a Construction Manager as Constructor (CMc) contract on the basis of demonstrated competence and qualification for the replacement of the current HVAC and Fire Alarm system. 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 and construction process. Design phase services for the CMc will include, but are not limited to, reviewing and becoming 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 are vitally important because 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 designrelated 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 preservation of significant historical aspects, construction for backfill of tenant space, and modernization of building systems to create an efficient, and comfortable working environment. The Government has hired an A/E firm who is currently working on the Concept Design. The Government has also retained an independent Construction Manager as Advisor (CMa) to assist in procurement activities and any other activities required. A Commission Agent (CxA) has also been procured for this project. All parties will be expected to cooperate and partner with the goal of successfully completing a design and construction project on-time and onbudget. A pre-proposal conference and site visit will take place on Thursday June 14, 2022 from 1:00 pm - 3:00 pm. A virtual call for the initital meeting will take place prior to the site visit. Information in the attached, " Notice Pre-proposal Conference."
All submissions are due by 2:00PM Eastern Standard Time on July 13, 2022. Offerors shall submit electronic copies only. No hard copies of the RFP will be accepted. The RFP shall be sent to Michele Valenza, Contracting Officer at Michele.valenza@gsa.gov. Late responses are subject to FAR 52.208. The government is not responsible for any travel, living expenses, computer time or hookups for the prime or the consultants during the selection process.