Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

Y -- Construction of new Pavilion at 26 Federal Plaza, New York, NY

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-04-PLC-0059(N)
 
Response Due
6/30/2004
 
Archive Date
11/30/2004
 
Point of Contact
Jo Ann Petrillo, Contract Specialist, Phone (212) 264-7355, Fax (212) 264-4808, - Jo Ann Petrillo, Contract Specialist, Phone (212) 264-7355, Fax (212) 264-4808,
 
E-Mail Address
joann.petrillo@gsa.gov, joann.petrillo@gsa.gov
 
Description
The General Services Administration (GSA) is soliciting for the construction of a new pavilion addition to the Jacob K. Javits Federal Office Building located at 26 Federal Plaza, New York, NY. The solicitation number is GS-02P-04-PLC-0059. The Government contemplates award of a firm fixed price contract. The estimated construction cost range for this project is between $5 million and $10 million. The anticipated construction time is eighteen (18) months. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program and is open to both large and small business participation. The applicable NAICS Code is 236220. The corresponding size standard for a determination of business size is $28.5 Million average annual receipts for the three (3) preceding fiscal years. A bid guarantee in the amount of 20% of the offer price will be required in Phase Two of this solicitation. Performance and Payment Bonds each in the penal sum of 100% of the contract price will be required after award of a contract. This is a combined Synopsis/Request for Qualifications (RFQ). This Request for Qualifications is Phase One of a two Phase procurement. This announcement constitutes the only Request for Qualifications (RFQ) to be issued - a separate written RFQ will not be issued. Interested parties are invited to submit a Qualification Statement in response to this announcement. Notice: Potential offerors are advised that the General Services Administration, Public Buildings Service operates under strict security regulations and contractors and all employees, subcontractors, etc. will be required to adhere to all security requirements including but not limited to fingerprinting and background checks. A GSA Source Selection Evaluation Board will evaluate the Qualification Submissions. Upon completion of the Phase One evaluation and selection process, the Board will establish a short-list consisting of those offerors deemed to be most highly qualified. Only the short-listed offerors shall be invited to submit Proposals in response to the Phase Two Solicitation. However, GSA reserves it's right to limit the number of offerors selected for Phase Two. Only those Offerors selected to participate in Phase Two will receive a Phase Two Request for Proposals (RFP) solicitation package after their selection. Unsuccessful Phase One offerors will receive notice of their non-selection at the same time. Phase Two Proposals will not be accepted from offerors that are not invited to submit a Proposal. The Phase Two Request for Proposals will require submission of more detailed information and will contain the solicitation and contract terms and conditions and will establish the additional evaluation criteria. PROJECT DESCRIPTION: The Broadway Plaza Pavilion shall be built on the existing Broadway Plaza at 26 Federal Plaza. The site is bounded by Worth Street to the North, Duane Street to the South, Broadway to the West, the Tower (Federal Building) to the East and sits atop an existing parking garage below grade. The building will function as the new ?front door? to the Jacob K. Javits Federal Building. The project includes but is not limited to the following work: Broadway Plaza: Clear existing plaza structure and materials above the parking garage roof, reuse and reconfigure as detailed in the design documents. The existing Beverly Pepper sculptures will be removed and replaced under a separate contract. New waterproofing for the Parking Garage shall be provided throughout the entire excavated area and shall tie into the new Pavilion Building. Broadway Pavilion Building: Construct a new entry Pavilion Building atop the existing parking garage roof. Modify the existing plaza and demolish the existing Broadway Entrance curtain wall as required by the new building. Structural: The new Pavilion Building shall be constructed of steel, CMU and concrete sufficient to comply with GSA standards. Additional steel support shall be provided at the existing garage levels in order to accommodate the new building loads and slab openings. Mechanical, Electrical and Plumbing: Existing Air Intakes shall be relocated. A new mechanical system shall be provided to serve the new pavilion and new fans shall be provided to accommodate the new air intake routing as detailed. New electrical and plumbing systems for the pavilion and plaza shall be integrated into the existing systems as required. Lighting: Exterior lighting shall be provided for the Broadway Plaza and interior lighting shall be provided for the new Pavilion as detailed. PHASE ONE REQUIREMENTS: The purpose of this Phase One is to solicit Qualifications from Offerors for evaluation to determine which Offerors demonstrate the highest qualifications to successfully deliver the project. Qualifications submitted, in response to this RFQ, will be evaluated using the four (4) Phase One Evaluation Factors listed below: Interested firms shall submit portfolios of accomplishment that establish the capability of the firm. All documentation shall be in an 8 1/2" x 11" format. It shall include (a) a cover letter referencing this Fed Biz Opps announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments and may include photos and brochures. The cover letter shall also identify a single point of contact, address, phone and fax numbers, and e-mail addresses (if any) where inquiries or notices should be directed. An authorized representative of the Offeror's organization shall sign the letter. If the Offeror is a joint venture, all members shall sign the letter. (b) Qualification submission requirements and evaluation criteria as described below: For evaluation purposes, ?similar? projects are defined as new construction or alteration/renovation of the same approximate size, scope and complexity completed or currently in progress where substantial progress has been made, within the past seven (7) years. While the Government will consider past performance in delivery and management of any size or type space, primary consideration will be given to similar work. Similar work is defined as construction of the same or greater quantity and complexity as proposed for this procurement; construction using the same basic building materials and systems (architectural, mechanical, electrical, fire and life safety, etc.); and construction designed for the same general use as this procurement. Factor 1: Past Performance/Prior Experience Factor Description: a. This factor considers the quality of the Offeror?s prior experience and past performance in carrying out work of a similar nature with respect to construction. Consideration will be given to success in areas of technical quality, delivery, timeliness, and budget maintenance. The definition of ?similar projects? for evaluation purposes is described above. Each project evaluated need not have all the elements of similarity to be considered. However, the Offeror must demonstrate, through a combination of projects, similar construction experience. Prior experience of the offeror's principals (President, Vice President, etc.) may be used to qualify the offeror, but only where the principal has acquired the experience while serving as a principal of the offeror or another firm. b. Past performance information to be evaluated includes timeliness of delivery/performance, including adherence to contract schedules and timely submission or performance of required tests and submittals; resolution of disputes and delays, number of ?show cause? letters and cure notices issued, number of contract extensions resulting from contractor-caused delays; conformance to contract requirements, including quality of workmanship, timeliness, and adequacy of correction of deficiencies, number and extent to warranty problems; on-the-job safety performance record including the number of lost or restricted workdays due to occupational injuries in comparison to the national average; compliance with key contract provisions (e.g., subcontracting program, labor standards, safety standards, reporting requirements, etc.); the Offeror?s history for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror?s business-like concern for the interest of the customer. c. GSA Evaluators will contact a minimum of three (3) projects that have similar scope, requirements, and/or complexity to the projects addressed by this RFQ. Evaluators may consider performance on contracts which are not submitted by the Offeror if they have knowledge of them. The same basic questions shall be asked of each reference contacted. The interviews shall be documented to indicate who called for GSA, who was interviewed, questions asked, and answers provided. Submittal Requirement: The Offeror and all of the Offeror's key personnel must submit projects in which they have had a primary role in the performance of services within their respective disciplines in three (3) multi story commercial office buildings, involving similar work per building, within the past seven (7) years. The Government has the right not to consider further any offer that fails to submit the required project information. Each Offeror's key personnel must have performed on three (3) projects, and each shall submit the information on their project individually. Each of the projects submitted must include the completed "Past Performance" questionnaire attached to this RFQ and a narrative of not more than five (5) typewritten, single spaced pages, one 8" wide x 10" high photograph, and project references with current contacts and telephone numbers for each project discussed. The narrative must 1) include sufficient information to show that the project discussed had similar scope, requirements, and/or complexity to the project described in this RFQ and 2) address the questions posed in the "Past Performance" questionnaire. The Government has the right to consider information it receives affecting the past performance of the offeror and/or offeror?s key personnel even though the information was not provided by the offeror and/or the offeror?s key personnel Standard for Evaluation: The standard is met when the Offeror demonstrates a continuing history of successful project completion. The Offeror has performed satisfactorily or better on all similar projects as evidenced by references contacted that also indicate they would contract with the offeror again for the same or similar work. In order to be considered satisfactory, the offeror must have completed the work on-time with respect to intermediate completion targets, as well as total project completion goals, within budget and with no major technical problems or complaints which clearly resulted from deficiency in materials or work quality within the control of the construction contractor and in accordance with contract requirements. The offeror has not initiated an excessive number of unwarranted or frivolous requests for change orders. Factor 2: Principal Team Member Qualifications Factor Description: a. This factor considers construction experience, education, knowledge, and expertise of all the Principal Team Members (PTM). For the purpose of this section, PTM is defined as: The offeror?s principal in charge who must be an officer and/or owner of the Offering Entity, with at least seven (7) years experience in commercial office construction or renovation. The principal-in-charge shall have the ability to make legal commitments on behalf of the Offeror and shall be responsible for all aspects of the project team. Experience shall be demonstrated through submission of no less than three (3) projects. b. Consideration will be given to the following: 1) currently held position/title, 2) proposed project position/title, 3) education, 4) professional licensing and awards, and 5) relevant work experience over the past seven (7) years of PTM who will be assigned directly to the project. Submittal requirement: The offeror/general contractor, and sub-contractors shall each submit no more than two (2) page resume stating responsibility for the proposed project. Resumes shall also describe 1) currently held position/title, 2) proposed project position/title, 3) education, 4) professional licensing and awards, and 5) relevant work experience over the past 7 years. In addition, the resume shall include a brief summary of the roles of the team member for the referenced projects. If role statements are not provided, it will be assumed that there is no significant project involvement. The Offeror's key personnel defined as the principals of the Offeror, contractor or construction manager cannot change after receipt of Phase One offers without the written approval of the GSA Contracting Officer. Notification and submittal of a change in the Offeror's key personnel must be timely to allow for proper evaluation by the Government. REFERENCES. The Government intends to contact those individuals and firms that are listed as references by the offeror to verify that the offeror?s characterization of its involvement is accurate, and to solicit their assessments of the quality of those services that were provided. It is the offeror?s responsibility to verify that all references listed can be reached by telephone. If a reference cannot be located based upon the information provided by the offeror, the Government is not required to consider the listed project. If the Government cannot obtain past performance information from a sufficient number of general contractors, then the Government may find a proposal unacceptable. The Government is not required to contact all references provided, but will contact a sufficient number of references from each offeror to ascertain a reasonable determination of the Offeror?s Prior Experience and Past Performance. COMPLETENESS OF PAST PERFORMANCE INFORMATION. Failure to list required project information under the past performance criteria stated above may be grounds for drawing a negative inference as to an offeror?s qualifications or responsibility, and may result in a determination that proposal is not acceptable. Standard for Evaluation: The standard is met when the offeror demonstrates that proposed personnel have the experience and minimum appropriate training and licensing to perform position proposed on this project. All licenses and certifications shall be current and valid. All key responsibilities should be assigned, and clearly show who will manage the overall effort and who will have technical quality responsibility. Factor 3: Management Plan Factor Description: This factor considers a narrative describing the management during construction. Submittal Requirement: Management Plan shall include a narrative of no more than five (5) typewritten pages that: 1) identifying those quality oriented features and procedures applied to projects listed under the "Past Performance" factor and 2) addressing how similar features will be applied to the proposed project. Statements regarding construction quality, cost and schedule control methods and plans for effective communication must relate attention to proposed project requirements. An organizational chart highlighting personnel directly involved in this project shall be provided. In addition to the narrative, photographs, catalog cuts, and manufacturers' published documentation may be used as reference exhibits. The Offeror shall indicate on a timeline all major actions/phases to deliver the project within the proposed completion time, complete with major interactions/inspections/approvals by the Government and other organizations not under the Offeror's control. The Offeror is responsible for establishing reasonable time allowances, including contingencies, for all project members' work and for involvement by outside organizations. The selection of a proposal by the Government does not constitute approval of the schedule included in this Management Plan. Standard of Evaluation: The standard is met when the offeror has submitted a management plan indicating methods and means to ensure the project is managed in a manner, which will maximize the opportunity for successful completion of the project on time, on budget, and within quality expectation. Factor 4: Major Sub-contractor Plan & Qualifications Factor Description: a. This factor considers a narrative describing the major sub-contractors to be sub-contracted on this project including documentation of prior similar experience in scope and size. Submittal Requirement: A narrative of no more than five (5) typewritten pages: 1) identifying subcontractors to be sub-contracted on this project and who have worked with the offeror or other general contractors on projects listed under the "Past Performance" factor and 2) addressing how the general contractor?s management plan as listed under the ?Management Plan? factor will be applied to the subcontractors on the proposed project. Statements regarding proven control methods of the sub-contractor in the areas of construction quality, cost and schedule should be identified. An organizational chart highlighting major sub-contractors directly involved in this project shall be provided. In addition to the narrative, previous project references should be provided where the sub-contractor worked with the general contractor. Standard of Evaluation: The standard is met when the offeror has submitted a Major Sub-contractor Plan & Qualifications establishing a successful history with the proposed sub-contractors, qualifications of the proposed sub-contractors establishing experience on similar projects in scope and size as well as proven control methods. An Offeror's proposed Phase One team, or firms and key personnel proposed in response to this Phase One Request for Qualifications , must remain fixed for the duration of the Contract period unless a change is submitted in writing to the Contracting Officer, whom, at his or her sole discretion, provides written authorization of the change. Unauthorized changes to the Offeror's team at anytime during the two-phase selection process can result in the elimination of the Offeror from further consideration. This procurement will be conducted in accordance with Source Selection procedures (Refer to Federal Acquisition Regulations (FAR) Part 15.3 and Part 15.1 Best Value Continuum) to select the contractor that offers the best overall value to the Government in terms of performance, quality and pricing. Incorporated by reference into this Request for Qualifications are the following provisions: FAR 52.215-1, Instructions to Offerors - Competitive (Jan 2004) FAR 52.233-2, Service of Protest (Jo Ann Petrillo, Contracting Officer, GSA, Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY 10278) (Aug 1996) GSAM 552.233-70, Protests Filed Directly with the General Services Administration (Mar 2000) GSAM 552.237-70, Qualifications of Offerors (May 1989) (full text provisions are available at the following websites: http://www.acqnet.gov and http://www.arnet.gov/GSAM Qualifications are due before 4:30PM local time, on June 30, 2004 and shall be submitted to General Services Administration, Business Service Center (2AR), 26 Federal Plaza, Room 18-130, New York, NY 10278. Be sure to include the following information on the outside of your envelope: solicitation number, the date and time specified for receipt of Qualifications and the name and address of the offeror. Neither Electronic nor Facsimile submissions will be accepted. For further information, contact: Jo Ann Petrillo, Contracting Officer; Phone: (212) 264-7355; Fax: (212) 264-4808. All responsible sources are invited to submit a Qualifications statement, which will be considered by the agency.
 
Place of Performance
Address: Jacob K. Javits Federal Office Building, 26 Federal Plaza, New York, New York
Zip Code: 10278
Country: United States
 
Record
SN00592399-W 20040527/040525212709 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.