Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOLICITATION NOTICE

Z -- Construction Services for the Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse

Notice Date
6/23/2005
 
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-05-DTC-0021(N)
 
Response Due
7/28/2005
 
Description
The General Services Administration (GSA), Northeast and Caribbean Region is pleased to announce an opportunity for Construction Excellence for the Infrastructure Upgrade of the Thurgood Marshall U.S. Courthouse located at 40 Centre Street, New York, NY. GSA is seeking a Construction Management firm as Constructor and/or a General Contractor to perform both PreConstruction and Construction Services for this project. The project will involve three phases of construction including Phase I: Selective Bulk Demolition and Hazardous Material Abatement, Phase II: Exterior Closure Repairs and, Phase III: Mechanical, Electrical, Plumbing (MEP) and Interior construction work. This project is being designed by the firm of Beyer Blinder Belle, Architects and Planners of NYC. The Thurgood Marshall U.S. Courthouse was designed by Cass Gilbert and opened in 1936. The courthouse is listed on the National Register of Historic Places and as a New York City Landmark. The 718,180 gross square foot building is located in the Civic Center of Lower Manhattan near the entrance to the Brooklyn Bridge. The courthouse houses approximately 600 federal employees who work for both the U. S. District Court for the Southern District of New York and the U. S. Court of Appeals for the Second Circuit. This courthouse consists of a 6-story base a 26-story tower, which includes two mechanical floors at the top of the tower and one in the basement. The courthouse contains twenty-three courtrooms, forty-four judges chambers and court-related office spaces. GSA and the US Courts have jointly agreed to vacate the courthouse in order to perform a single infrastructure upgrade project consisting of three phases. Through the Construction Excellence program, GSA will employ the best practices that will result in the best project for the best value; procure the highest quality construction services as early as practical; and establish reliable budgets and the ability to manage them. The scope of services for this project will consist of preconstruction services including, but not limited to; estimating, scheduling, value engineering, constructability, drawing completeness and coordination reviews. Optional services will include construction of the project. Option No. 1 will include Phase I & II, and is anticipated to be awarded in December of 2006; and Option No. 2 will include Phase III and is anticipated to be awarded in January of 2008. The Overall Estimated Construction Cost Range for this project is $145,000,000 to $152,000,000, and is broken out for each phase of construction as follows: Phase I: Selective Bulk Demolition and Hazmat Abatement: $ 5,000,000 - $6,000,000; Phase II: Exterior Closure Repairs: $ 20,000,000 - $23,000,000; and Phase III: MEP/Interior Construction Work: $ 120,000,000 - $123,000,000. The Request for Proposal (RFP) will be issued on June 29, 2005. GSA will be holding a PreProposal conference for the Stage 1 submissions. The date and time for this conference will be issued under a separate announcement. If you would like a copy of the Request for Proposal, please contact Ms. Joan Ryan, Contracting Officer at 212-264-7469 or email joan.ryan@gsa.gov, or Ms. Winnie Eng, Contract Specialist at 212-264-2575 or email winnie.eng@gsa.gov. The procurement process will be performed in two (2) Stages. The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1 - Source Selection Processes and Techniques. This will be a competitive acquisition, utilizing the Tradeoff process approach under the Best Value Continuum (FAR 15.101). This process permits tradeoffs among cost or price and technical factors and allows the government to accept other than the lowest priced proposal, if feasible. Stage 1 submission: During this stage, GSA will issue a Request for Proposal for a technical and price submission. The technical proposal submission will include the offerors?s response to the following technical evaluation factors (Total of 100 points): 1) Offeror?s Experience on Similar Projects (35 points); A more favorable evaluation will be given to offeror?s who demonstrate their experience, history and understanding of the New York City construction market; 2) Offeror?s Past Performance on Similar Projects (35 points); and 3) Experience and Qualifications of Key Personnel (30 points). The price proposal submission will include a Guaranteed Maximum price (GMP) for each phase of construction. The GMP under Stage 1 shall not exceed the ranges as stated herein and in the RFP for each phase of construction. Based on the evaluation of each proposal, a 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 offerors. For this procurement, the competition will be limited to the three (3) most highly rated offerors. Based on the complexity and importance of this project, the Government deems it to be in its best interest to make an award to the Contractor offering the best value to the government. Therefore, for this procurement the Technical Evaluation Factors when combined will be more important than cost or price, alone. The three most highly rated offerors found to be within the competitive range will EACH be issued a stipend in the amount of $70,000.00 and will proceed into Stage 2 of the procurement process. The stipend will be paid to each offeror for their total effort related to the services rendered during Stage 2. Stage 2 submission: Stage II of the procurement process will progress as the Architect-Engineer designs the three construction document packages as described above. Those firms found to be within the competitive range will assist the GSA with the A-E?s Design by performing the review and evaluation of the design and construction documents. The offerors will be required to work with the GSA in a cooperative team effort to develop a quality design which is within budget. Each offeror will be required to notify GSA of all issues regarding design submissions that appear inadequate and which may have the potential to jeopardize the project's goals relating to Schedule, Cost, Quality or Scope. The Stage 2 submission will include a Technical and Price proposal. The Stage 2 technical proposal will include the following technical evaluation factors (Total 100 points): 4) Construction Document Review and Written Comments (30 points); 5) Detailed Project Management and Technical Approach (30 points); and 6) Construction Process/Management Presentation (40 points). The Stage 2 price proposal will include a firm-fixed price for Selective Bulk Demolition and Hazardous Material Abatement, a firm-fixed price for the Exterior Closure Repairs; and a Guaranteed Maximum Price (GMP) for the MEP/Interior construction work. The offeror?s principal tasks during Stage II of the procurement process will include the following: reviewing and evaluating the designs for completeness, constructability and logistics, preparing cost estimates to ensure that the project is within the GMP, reconciling those estimates with the GSA?s estimates, preparing cost estimates for potential alternates to assist budget issues, preparing construction schedules, and resolution of potential design and construction issues. The offerors will address these tasks in written comments for each set of documents issued by the GSA. If costs are over budget, the offeror?s will actively participate in efforts to reduce costs. Upon successful completion and evaluation of Stage II, a contract will be awarded to one selected offeror, who was found to offer the best overall value to the government. The Base Contract Services will be issued for $120,000 and will include Construction Document Review Services for the completion of all MEP/Interiors Construction Documents. The selected Construction Manager and/or General Contractor will then participate as a member of the team for the Preconstruction Services, including, construction document review services for the completion of all MEP and Interiors Construction Documents. If GSA determines that the construction option prices are within the available funding, GSA will exercise the options for the construction of the project and issue Notice to Proceed. Exercise of any Option by the GSA is contingent upon the availability of funds. Stage 1 submissions (technical and price proposals) will be due by 1:30 p.m., July 28, 2005. The RFP will include all the submission requirements. This procurement is being issued under the Small Business Competitiveness Demonstration Program, and will be open to both small and large business concerns. Before award of the contract, the firm (if not a small business of $28,5000,000 gross average sales/receipts for the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration will establish subcontracting goals for Small Business, Small Disadvantaged Businesses, Women-Owned Small Business, Hubzone Small Business, and Service Disabled Veteran - Owned Small Business concerns. In support of the agency?s effort, firms seeking consideration for this contract shall demonstrate a proactive effort in achieving these goals, and will place subcontracts to the maximum practical extent with the small business categories listed above. GSA anticipates hosting a Subcontracting Opportunities Networking session following the PreProposal conference. The Networking 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 submitting proposals on this project. This information will also be issued under a separate announcement shortly. AWARD OF THIS CONTRACT WILL BE CONTINGENT UPON AVAILABILITY OF FUNDS.
 
Place of Performance
Address: Thurgood Marshall U.S. Courthouse, 40 Centre Street, New York, NY
 
Record
SN00835620-W 20050625/050623221237 (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.