Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
MODIFICATION

Y -- Construction services for repair and reconstruction of the 26 Federal Building Plaza at the intersection of Lafayette and Worth Streets, Jacob K. Javits Federal Building, 26 Federal Plaza, New York, NY. - Solicitation 1

Notice Date
2/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-10-DT-C-0006
 
Response Due
3/15/2010 3:00:00 PM
 
Point of Contact
Patricia A. Wright, Phone: 212 264-4276, Winnie W Eng, Phone: 212-264-2575
 
E-Mail Address
patricia.wright@gsa.gov, winnie.eng@gsa.gov
(patricia.wright@gsa.gov, winnie.eng@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Document Security Notice for Federal Plaza Repair Project. RECOVERY - THIS PROJECT IS FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) OF 2009. The General Services Administration (GSA), Northeast Caribbean Region is seeking qualified Contractors and General Contractors (GC) interested in providing construction in providing Construction Services for the Federal Plaza Repair Project located at the Jacob K. Javits Federal Building, 26 Federal Plaza, New York, NY, Solicitation No.: GS-02P-10-DT-C-0006, Project No.: VNY00020. THE PROJECT The project is for repair and replacement of the plaza’s waterproofing and structural systems and construction of a new plaza. Construction will begin in spring of 2010 and will involve demolition of the existing plaza followed by repairs, structural reinforcement, HAZMAT removals, new waterproofing systems, new finishes and furnishings. The scope is to include demolition of the existing plaza to the structural slab, installation of new waterproofing and drainage systems, selective asbestos and lead removals, repairs and reinforcement of the plaza structure and a plaza layout with new; finishes, furnishings, lighting, landscaping, air intake enclosure, guard station, fountain, in ground sprinkler system, snowmelt system, site lighting, helioscope and landscaped planting beds. The project is to be coordinated with swing space, security protocols and GSA guidelines. The following is a more detailed project scope: 1.Demolition and Removals: The existing plaza is to be removed in its entirety to the top of the existing structural slab. Materials are to be removed in compliance with federal waste management plans. Demolition is scheduled to be completed by August 31, 2010. 2.Waterproofing: Repair of the existing structural slab is to be followed by installation of a new on slab waterproofing and drainage system, insulation, built up structural styrofoam, topping slab, an upper waterproofing and drainage system and either a setting bed with pavers or planting. 3.Repairs and Reinforcement (in garage below plaza): Remediation of spalled areas, selective removal of lead and asbestos, selective repairs and reinforcement of structural elements and installation of drainage from the plaza above are to be provided in the garage. 4.Plaza Finishings and Furnishings: A new guard booth, air intake enclosure, snow melt system, helioscope, water fountain, site lighting, railings and pavers or planting beds with mature shrubs and trees are to be provided. The Estimated Construction Cost for this project ranges from $10,000,000 to $20,000,000. This is a negotiated acquisition that will be open to both small and large business concerns. The NAICS Code for this procurement is 236220. The small business size standard for NAICS Code 236220 is average annual gross receipts over a period of three (3) years under $33.5 million. For additional information on Small Business, please visit http://www.sba.gov/. GSA is actively seeking Contractors and General Contractors who can provide full Construction Services for this project through a procurement method developed in accordance with FAR Part 15.1, “Source Selection Processes and Techniques”. This will be a competitive procurement. The source selection evaluation approach for this procurement will be best value using the Tradeoff process under the Best Value Continuum. EVALUATION FACTORS AND STANDARDS FOR AWARD The following three factors will be evaluated in the order listed below. Factor Nos. 1, 2 and 3 will be evaluated using adjectival ratings. These ratings will be assigned to each factor as listed below. FACTOR 1: EXPERIENCE WITH SIMILAR PROJECTS FACTOR 2: PAST PERFORMANCE ON THESE SIMILAR PROJECTS FACTOR 3: QUALIFICATIONS OF KEY PERSONNEL 1.FACTOR 1: EXPERIENCE WITH SIMILAR PROJECTS a.Description: The purpose of this factor is to provide the offeror with the opportunity to focus on three projects that best present their experience in the capacity of general or prime contractor. If the offeror provides more than three projects, the SSEB will only review the first three projects submitted. These projects must demonstrate the offeror’s ability to successfully deliver a project of similar scope and complexity. b.Minimum Requirements for Experience with Similar Projects: The offeror should demonstrate that its firm has successfully completed construction services for three projects in the past twelve years (Attachment 1). Experience with three similar projects should include the following: i.Each of the three projects with a total project cost of $10,000,000. ii.Each of the three projects must have a major waterproofing component as part of the project scope. iii.At least one of the three projects must contain a plaza or green roof that is located above a usable building space. Joint Ventures: Experience from both firms may be used to meet this requirement. 2.FACTOR 2: PAST PERFORMANCE ON THESE SIMILAR PROJECTS a.Description:The purpose of this factor is to review the offeror’s past performance on the three projects submitted in FACTOR 1. These representative projects must demonstrate the offeror’s ability to successfully deliver a project of similar scope and complexity on time and with budget. b.Minimum Requirements for Past Performance on these Similar Projects: References (Attachment 2) needs to be provided for each of the three submitted projects. 1.The offeror must provide one (1) reliable independent reference for each of the three projects submitted under FACTOR 1. 2.In order to substantiate past performance the offeror shall be required to provide verification of its role as contractor or as general contractor on each project submitted, in the form of the “Past Performance for Contractor or General Contractor Reference Check (Attachment 2)”. Acceptable references include any of the following: i.Owner, ii.Owner’s Representative, iii.Construction Manager, iv.Architect/Engineer of Record The offeror shall identify who the contractor or general contractor was for each submitted project and the past performance for contractor or general contractor (Attachment 2) must be completed by an independent reference for each proposed project under 1. This reference shall be submitted with the proposal. 3.FACTOR 3: QUALIFICATIONS OF KEY PERSONNEL a. Description: This factor considers the construction experience, education, knowledge and expertise of key personnel of the offeror's project team who will be assigned directly to the project. In addition, the offeror must submit individual resumes, position descriptions and proposed duties for all key personnel. Resumes and position descriptions (Attachment 3) shall be submitted for the following team members who are considered to be Key Personnel for this project: 1.Project Manager 2.Construction Superintendent b.Minimum Requirements for Qualifications of Key Personnel The offeror must demonstrate the following: 1.Project Manager: The offeror shall designate one on-site project manager who shall coordinate the work. The project manager shall have a minimum of ten years of construction experience as a construction project manager on at least two buildings projects each having a construction cost greater than $10,000,000. 2.Construction Superintendent: The offeror shall designate one on-site construction superintendent who shall coordinate the work. The construction superintendent shall have a minimum of ten years of construction superintendent on at least two building projects each having a construction cost greater than $10,000,000. All questions and clarifications regarding the project documents shall be put in writing and submitted to the Contracting Officer. Production costs and proposal preparation costs are at the expense of the offeror. PRE-PROPOSAL CONFERENCE IInformation will be posted on the Federal Business Opportunitywebsite (http://www.fbo.gov). IMPORTANT INFORMATION FOR SUBMITTALS ALL SUBMISSIONS ARE DUE by 3:00PM local time on March 15, 2010. PLEASE MAIL PROPOSALS TO: Small Business Utilization Center 26 Federal Plaza, Room 20-100 New York, N.Y. 10278 Attn: Janice Bracey Each proposal shall consist of two separate envelopes. One envelope will contain your Technical Proposal and one envelope should contain your Price Proposal. These two envelopes should be submitted in one package. (PLEASE READ proposal Instructions in the Solicitation package). A total of six (3) copies and (1) compact disc containing an electronic copy of the document must be submitted. The following information must be on the outside of the sealed envelope 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR 52.214-7. DOCUMENT SECURITY All contract documents will be handled in accordance with PBS Order 3490.1A which is titled: Document Security for Sensitive but Unclassified (SBU) Paper and Electronic Building Information. The general principles of this policy are to give SBU project information only to those who have a need to know, to keep records of who received SBU project information, to safeguard SBU project information during use and to destroy it properly after use. The offeror awarded this procurement will be required to adhere to all security clearance requirements as outlined in HSPD-12. Firms requesting RFP must complete the Document Security Notice and send to the Contracting Officer along with a copy of your business license and driver’s license. If you have any questions regarding the process accessing contract documents, or if you have any other questions and concerns regarding this acquisition, contact Patricia Wright, Contracting Officer at (212)264-4276 or via email at patricia.wright@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-10-DT-C-0006/listing.html)
 
Place of Performance
Address: Jacob K. Javits Federal Building, 26 Federal Plaza, New York, New York, 10278, United States
Zip Code: 10278
 
Record
SN02064406-W 20100214/100212234353-7bcfe3f4e05e8b17dc5809ae8621b082 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.