Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2022 SAM #7414
SOLICITATION NOTICE

Z -- (ICE-HSI) Backfill Project

Notice Date
3/17/2022 7:46:17 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC032R0012
 
Response Due
3/31/2022 1:00:00 PM
 
Point of Contact
Deborah J. Malachi, Douglas Tumbrello
 
E-Mail Address
deborah.malachi@gsa.gov, douglas.tumbrello@gsa.gov
(deborah.malachi@gsa.gov, douglas.tumbrello@gsa.gov)
 
Description
Pre-Solicitation Notice: Notice For 47PC0321R0012 This Synopsis is a Pre-Solicitation Notice for the U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region. This notice is neither a solicitation announcement, nor a request for proposal or related documents. Title: � HSI Backfill Project Renovation of 1st , 2nd, 3rd and 5th floors Location:� Federal Building, 201 Varick Street, New York, NY This Pre-solicitation Notice issued by the U.S. General Services Administration (GSA) Public Buildings Service, Northeast and Caribbean Region, will be issued unrestricted under FAR 6.1, Full and Open Competition. In accordance with FAR Subpart 15.1, Source Selection Processes and Techniques will be used. This procurement will be competitive, utilizing the Tradeoff Process approach under the Best Value Continuum (FAR 15.101). This process permits tradeoffs among cost or price and technical factors. It allows the Government to accept other than the lowest priced offeror or other than the highest technically rated offeror. For this procurement, the technical evaluation factors, when combined, will be approximately equal to price. The best value method is essential to evaluate and compare costs and prices to select the most advantageous offer. The Design-Bid-Build's planned project delivery method will result in a Firm-Fixed-Price contract for construction services. The North American Industrial Classification System Code is 236220 �Commercial and Institutional Building Construction, with a $39.5 million U.S. Small Business Administration size standard. System for Award Management (SAM): All contractors interested in this project and doing business with the Federal Government must be registered with System for Award Management (SAM): https://www.sam.gov Issuance of Solicitation with Requirements Information: GSA anticipates issuing the Request for Proposals /Solicitation and supporting documents package on or about Thursday, April 14, 2022, with the Offer/Receipt Date/Time due on Thursday, May 19, 2022, at 4:00 pm Eastern Standard Time (EST) The Solicitation will be available electronically at the SAM website: www.sam.gov���� No paper copies, faxes or emails will be available. Please register as an interested source to be notified of Request For Proposals amendments, clarifications or other changes. Vendors are responsible (even those registered as a source) to check the SAM.gov website frequently to ensure they have all available information. Pre-Solicitation Meeting and Walkthrough Information: GSA will hold a pre-solicitation meeting and walkthrough to promote a better understanding of the Solicitation by prospective offerors before preparing and submitting technical and price proposals. Attached to this Notice is the 90% Construction Document floor plans, reflected ceiling plan and Project Narrative.� All vendors should review these documents prior to the pre-solicitation meeting. Pre-Solicitation Meeting Date:� March 22, 2022 (Virtual meeting) Time: 1:30 pm Eastern Standard Time. For this meeting please Register, so that you may receive an email invitation.. Your Registration must� include your company's name, contact telephone number, and the full name and emails of all planned attendees.� Email this information to:� Elizabeth Wanga at elizabeth.wanga@gsa.gov, and Kari Lemmermann at kari.lemmermann@gsa.gov by Monday, March 21, 2022, 1:00 pm Eastern Standard Time. Pre-Solicitation Walkthrough Dates: March 28, 2022, and April 1, 2022� Location: Federal Building, 201 Varick Street, New York, NY (West Houston Street public entrance, meet on east side of the lobby) There will be two walkthroughs a day at 9 am and 1 pm. In order to register for a time, please email your preferred days and times, include your company's name, contact telephone number, and the full name of attendees (maximum per company is six people) to Robert Texiera at robert.texiera@gsa.gov, with a copy to Elizabeth Wanga at elizabeth.wanga@gsa.gov, and Kari Lemmermann at kari.lemmermann@gsa.gov by Thursday, March 24, 2022, 5:00 pm Eastern Standard Time. ��Note: Face Masks are required per CDC guidelines* based on the community level at the time of the visit. Please verify before visiting the facility.� *https://www.cdc.gov/coronavirus/2019-ncov/prevent-getting-sick/about-face-coverings.html General Project Requirements Description: All offerors shall submit their technical and pricing proposals following the instructions in the GSA issued Solicitation package for the HSI Backfill Project Renovation of the 1st , 2nd, 3rd and 5th floors, located at the Federal Building at 201 Varick Street in New York, NY. The requirements include but are not limited to the build-out of approximately 147,000 usable square feet of space and all work shown in mechanical rooms, elevators and common corridors. The Contractor shall provide all construction services including, but not limited to, labor, materials, tools, equipment and management for the proper execution of the work described in the Construction Documents that includes but are not limited to all work to renovate the tenant and common area/corridor. The construction work includes installing walls, ceilings, flooring, lighting, finishes, HVAC, electrical, plumbing, fire protection, and tenant required infrastructure for IT, AV, and electronic security systems and special spaces, including rooftop generators and fuel storage. New HVAC systems shall be tested and balanced per design requirements. Life Safety systems shall be tested and approved by GSA and its agents including, the Construction Manager as Advisor, Commissioning Agent and Design Team. The project aims to renovate the 1st (tenant entrance), 2nd, partial 3rd, and partial 5th floors to ensure occupancy by December 2023. The Period of Performance for this project has an expectation of 445 calendar days from the issuance of the Notice-to-Proceed to Substantial Completion. Magnitude of Construction: The magnitude of construction for this project is between� $55,000.000 and $65,000,000. Controlled Unclassified Information (CUI): GSA will provide the solicitation and supporting documents on www.sam.gov. Prospective Contractors must limit dissemination of this information to authorized users only. Dissemination of information shall only be made upon determining that the recipient is authorized to receive it. The criterion to decide authorization is need-to-know. Those with a need to know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This authority includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers and others that the prospective Contractor deems necessary to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. �End
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92360c5bbb884f1fbf61e77632792e1d/view)
 
Place of Performance
Address: New York, NY 10014, USA
Zip Code: 10014
Country: USA
 
Record
SN06270358-F 20220319/220317230057 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.