Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2004 FBO #0970
SOLICITATION NOTICE

Y -- Construction Manager as Constractor (CMc) Procurement for the Modernization of the Emanuel Celler U.S. Courthouse, Brooklyn, NY

Notice Date
7/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (2PCB), 26 Federal Plaza, Room 1639, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-04-DTC-0029
 
Response Due
10/7/2004
 
Archive Date
10/22/2004
 
Point of Contact
Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588, - Miriam Lopez-Rivera, Contracting Officer, Phone (212) 264-9491, Fax (212) 264-0588,
 
E-Mail Address
miriam.lopez-rivera@gsa.gov, miriam.lopez-rivera@gsa.gov
 
Description
CONSTRUCTION MANAGER as CONTRACTOR (CMc) PROCUREMENT FOR THE MODERNIZATION OF THE EMANUEL CELLER U.S. COURTHOUSE, BROOKLYN, NY. The General Services Administration (GSA) hereby issues a Pre-Solicitation Notice under which the GSA is publicizing our intention to contract for the Construction Services for the Modernization of the Emanuel Celler United States Courthouse in Brooklyn, NY. GSA intends to contract for complete construction services for the modernization of the Emanuel Celler U.S. Courthouse, with general construction contractors (GC) that offer the best overall value to the Government. The best overall value to the Government includes demonstrating a commitment to construction excellence, providing and maintaining a viable team organization and adherence to the budgetary and time parameters for this project. The existing U.S. Courthouse is an eight-story structure with a gross area of 30,096 square meters (324,000 square feet) and houses district courtrooms, magistrate hearing rooms, court support facilities and other tenants. Currently a new U.S. Courthouse is under construction at this site and will be permanently linked to the existing courthouse. The Emanuel Celler U.S. Courthouse contains 10 district courtrooms and chambers and 1 special proceedings courtroom, some of which will continue to be utilized by the District Court during construction. The project will include asbestos removal, interior construction, new secured corridors, ceilings and lightings, installation of a building sprinkler system (the building does not have one) and replacement of the fire alarm system, replacement of the roof, repairs to the fa?ade, upgrade of HVAC distribution and electrical systems, modernization of the elevators, window replacement, seismic upgrade and progressive collapse protection, and installation of handicapped accessibility features to meet ADA requirements. THIS WORK WILL REQUIRE EXTENSIVE PHASING DUE TO THE PARTIAL OCCUPANCY OF THE BUILDING. General Contractors interested in submitting a proposal for this project are encouraged to submit a letter of interest. The letter may be sent to the Contracting Officer, Francis Cashman, 271 Cadman Plaza East, 3rd Floor, Brooklyn, New York 11201, via facsimile at (718) 330-2043, or via e-mail to francis.cashman@gsa.gov. Please contact Mr. Mohammed Abdulghani at (718) 330-2030 for any inquiries. The Request For Proposals (RFP) will be issued in Fedbizopps on or about three weeks from the posting of this announcement. The Estimated Construction Cost at Award for the project is $64,000,000 to $74,000,000. A Pre-Proposal Conference/Small Business Subcontractor Network Session is set for Thursday, September 9, 2004 at 2:00 pm in the Central Jury Room, Room # 143 at the Emanuel Celler U.S. Courthouse, 225 Cadman Plaza East, Brooklyn, NY 11201. Any questions that offerors may have concerning the price and technical evaluation criteria will be addressed at the Pre-Proposal Conference. Any scope changes by the Government that may result from the pre-proposal conference may be incorporated into the Scope of Work at any time prior to the final request for proposal submission at no recompense to the offeror(s). A Small Business Subcontractor Network Session is scheduled to immediately follow the Pre-Proposal Conference. The Network Session is intended to affirm GSA's recognition of the talent that exists in the small business community and its commitment to opening a dialogue between the community and the firms, which are considering proposing on this project. Prospective small business subcontractors will be given an opportunity to network with potential prime contractors and to showcase their special talents and abilities as qualified subcontractors. This procurement is being issued under the Small Business Competitive Demonstration Program, and will be open to both large and small business concerns. The NAICS code for this project is 236220 with a size standard of $28.5 million. This project is in and will use Metric Units of Measure. The general construction contractor selected will be required to supply all labor, materials, supervision and constructability reviews during the A-E's Design Phase to perform the complete services as required by the Scope of Work under the resultant contract. The contractor will be chosen competitively utilizing FAR Part 15 Source Selection procedures in conjunction with the Best Value Trade-off process. Based on the complexity and importance of this project, the Government deems it to be in its best interest to consider award to other than the lowest priced offeror or other than the highest technically rated offeror. Therefore, combined technical evaluation factors will be significantly more important than price. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR 16.2), based on a final negotiated or accepted price, to the Offeror that provides the best overall value to the Government. The primary objective of this process is to select the most technically qualified contractor that offers the best overall value to the Government when all factors including price are considered. The procurement process will have Two Stages. In Stage I, Technical proposals and the Guaranteed Maximum Price (GMP) will be evaluated and the competitive range will be established in accordance with FAR 15.306(c)(1). Then, in accordance with FAR 15.306(c)(2), based on the results of the evaluation, the Contracting Officer will limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. For this procurement, the competition will be limited to the three (3) most highly rated proposals. The Technical Factors for Stage One are as follows: (1) Offeror's Experience on Similar Projects (2) Offeror's Past Performance on Similar Projects and (3) Experience and Qualifications of Key Personnel. The submission of price will be simultaneous with the submission of the technical data. This price should reflect the contractor's Guaranteed Maximum Price (GMP) for General Contractor Services. In Stage II the GC?s shall perform construction document reviews and evaluations of the A-E?s Design Phase thru the 50% Construction Document (CD) Phase and make a technical and price submission. The Technical Factors for Stage Two are as follows: (1) Construction Document Review with Written Comments (2) Detailed Project Management and Technical Approach and (3) Construction Process/Management Presentation. The submission of a GMP for the Construction Option will be simultaneous with the submission of the technical data. The offerors must also develop and propose a firm-fixed-price for the Construction Document Review Services through the 100% Completion of all Documents. Any and all cost saving concepts and scope improvements measures submitted or discussed by the offerors as part of Stage II become the property of the Government and may be incorporated into the project at no recompense to the offeror. In conjunction with the submission of revised technical and price proposals, the offeror is required in accordance with FAR Part 52.219-9 to submit a Small Business Subcontracting Plan. This mandatory proactive Subcontracting Plan, pursuant to FAR 19.705-4, should encompass the following minimum Socio-Economic Program minimum goals: Small Businesses (48%), Small Disadvantaged Businesses (10%), Women-Owned Small Businesses (7%), Hub Zone Small Businesses (3%), Service Disabled Veteran Owned Small Businesses (3%), and Veteran Owned Small Businesses (4%). The Contractor?s Small Business Subcontracting Plan shall meet the requirements in accordance with FAR 19.704. The GSA reserves the right to contact agencies, such as the Small Business Administration, to inquire about the offerors past performance regarding small business subcontracting plans/goals. Information regarding small and small disadvantaged business subcontracting opportunities may be found at the Small Business Administration website: www.sba.gov. At the end of Stage II, the three (3) most highly rated offerors remaining in the competitive range that fully participated in the competition will be provided a stipend of $50,000 each for their total effort for the services rendered during this stage. At the end of Stage II, the 50% CD Phase, an award will be made to one of the three offerors in the competitive range based on the criteria in the Solicitation. The selected general contractor (GC) will then participate as a member of the team for the Construction Document Review Services through 100% completion of all documents. The selected general contractor (GC) is to develop a Level 5 Estimate, sufficient to demonstrate the documented value of the Project based on their experience, conversations with their subcontractors and any other means necessary to verify current costing. The estimate will be submitted, in writing, to GSA for their review and consideration and any ideas, problems or information can be utilized to improve the design process. The selected general contractor will submit a list of critical subcontractors. Subcontractors critical to the project including mechanical, electrical, plumbing, roofing, abatement, and fire protection will be asked to participate in this construction document review phase. Subcontractors will be included in this phase for their technical input and in order to come up with a more accurate firm-fixed price and firm schedule. All of the critical subcontractors must meet the minimum technical qualifications of the specifications in order to participate. The selected general contractor (GC) and the approved critical subcontractors shall participate in 100% & Final Construction Documents, perform a final construction document review with a submission of written comments and participate in all project meetings. The GC will accept and validate the 100% Construction Documents. The GC must utilize the pricing policy regarding shell and tenant improvements. GSA pricing policy will be provided to the offerors. Based on the GC?s estimate and any final discussions with the Government, the GC shall provide a firm fixed price for the Construction Phase Option. In conjunction with the submission of the price proposal, the GC is required in accordance with FAR Part 52.219-9 to submit an acceptable Small Business Subcontracting Plan. If GSA determines that the construction option price is reasonable, GSA will exercise the option for the construction of the project and issue Notice to Proceed. Construction duration is approximately 182 weeks or less as mutually accepted after the completion of the construction document review for the 100% completion of all documents. The Option for the Construction Contract will be contingent upon the availability of funds. Closing will be at GSA Small Business Utilization Center, 18th Floor; Room 18-110, 26 Federal Plaza, New York, NY 10278 at 3:00 P.M. Local Time on October 7, 2004, Telephone: (212) 264-1235.
 
Place of Performance
Address: Emanuel Celler United States Courthouse, 225 Cadman Plaza, Brooklyn, New York
Zip Code: 11201
Country: USA
 
Record
SN00628042-W 20040723/040721212903 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.