Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2007 FBO #1958
SOLICITATION NOTICE

R -- Facade Repair and Slate Roof Replacement at the U.S. Post Office and Courthouse, 271 Cadman Plaza, East, Brooklyn, New York

Notice Date
4/5/2007
 
Notice Type
Solicitation Notice
 
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, NY, 10278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-02P-DT-C-0009
 
Response Due
5/9/2007
 
Description
The General Services Administration (GSA), Northeast Caribbean Region, Public Buildings Service, Project Management Division, Room 1639, 26 Federal Plaza, New York, NY 10278 (212) 264-9491 announces an opportunity for Construction Manager as agent (CMa) Services to support GSA?s Design and Construction Excellence Programs. The GSA seeks a Construction Manager as agent (CMa) Firm for Design Review Phase Services (base contract) and Construction Management Phase Services (option) for the Facade Repair and Slate Roof Replacement Project for the U.S. Post Office & Courthouse, 271 Cadman Plaza East, Brooklyn, NY. This work will be performed in accordance with GSA quality standards and requirements. Solicitation No.GS02P-07-DTC-0009(N), Project No. INY07001. The U.S. Post Office and Courthouse is a historic structure located in the Civic Center of the Borough of Brooklyn, New York. It is listed on the National Register of Historic Places and is a New York City Landmark. The 598,268 gross square foot building occupies an entire city block, fronting on Cadman Plaza, a major public space around which many federal, state and municipal buildings are organized. The building houses the U.S. Bankruptcy Court, the Office of the U.S. Trustee, the U.S. Attorney and the U.S. Postal Service. Originally constructed as a Post Office and Courthouse in 1892, the building was enlarged in 1933. The earlier, four-story (plus attic) structure that occupies the southern end of the site was designed by Mifflin Bell, then Supervising Architect of the Treasury, and is Romanesque Revival in style. The exterior facades are built of granite-faced masonry bearing walls, embellished with carved ornament, dormers and turrets. The eight-story 1933 addition that occupies the balance of the site was undertaken under the direction of James Wetmore, Acting Supervising Architect of the Treasury. In designing the addition, great effort was made to emulate the appearance of the 1892 structure. While many architectural details are shared by both structures, the 1933 structure incorporated the use of terra cotta cladding secured directly to masonry walls with ferrous anchors, in lieu of granite, above the first floor. Above this level, the use of granite was limited to the stonework surrounding the second floor windows. This project will involve the replacement of nearly all the deteriorated terra cotta cladding on the facades of the 1933 structure with new terra cotta or approved alternate materials, restoration of all existing granite cladding on both buildings, and replacement of the entire slate roofing system on both structures, including the tower on the 1892 building. The entire complex will remain fully occupied throughout the construction period. The Estimated Construction Cost Range for this project is between $45,000,000 and $55,000,000. The Scope of Work will include, but may not necessarily be limited to, the following work items: ? Replacement of nearly all of the existing deteriorated terra cotta cladding with new terra cotta or approved alternate materials and new non-ferrous supports and anchorage devices on the facades, dormers and light well of the 1933 structure. ? Retention, repair, restoration, re-pointing and cleaning of existing terra cotta at window surrounds on the facades, dormers and light well of the 1933 structure wherever possible. ? Repair, restoration, cleaning, and re-pointing of the existing granite cladding on the facades of both the 1892 and 1933 structures. ? Repair of corroded perimeter structural steel elements. ? Replacement of the entire slate roofing system on both structures, including the tower on the 1892 building, to match the appearance and character of the existing slate roof, including associated wood decking and lead coated copper gutters, gutter boxes, flashing, valleys and ridges. ? Redesign of flashing at the 7th floor cornice on the 1933 building to reduce the threat of falling ice to pedestrians below during the winter. ? Installation of an access and fall protection/prevention system in compliance with all applicable OSHA regulations at the slate mansard roof on both structures to facilitate periodic maintenance of perimeter gutters and drains. ? Hazardous materials investigation and abatement associated with the above work items. The design will follow the Secretary of Interior?s Standards for Rehabilitating Historic Buildings and Historic Building Preservation Plan (HBPP) guidance, respecting the historic character of the building while accomplishing the project requirements to correct the deficiencies in the exterior envelope of the building and to preclude further fa?ade deterioration and damage to the structure and the recently renovated historic interior. The Government will select one Construction Manager as agent (CMa) via this solicitation and up to three (3) Construction Contractors via a separate solicitation to provide pre-construction services. The Construction Contractors will provide design phase consultations evaluating costs, schedule, alternative design implications, building systems, construction materials and constructability. The CMa will assist the GSA in managing the design and construction with an emphasis on meeting the project?s goals relating to schedule, budget, scope and quality. At the conclusion of the Bid Phase, one (1) of the Construction Contractors will be selected to serve as the General Contractor providing construction services. This selected Construction Contractor will serve as the single point of responsibility during construction, contracting directly with subcontractors. The Government will solicit proposals under a source selection process for the Construction Contractor. The CMa firm that will be selected via this solicitation will not have a contractual relationship with either the Construction Contractor or the subcontractors. This is a Request for Qualifications (RFQ) of CMa Firms interested in contracting for this work. The CMa Firm as used in this RFQ means an individual, firm, joint venture, partnership, corporation, association, or other legal entity that will have a contractual responsibility for design review and construction management. Joint Ventures must clearly identify their contractual arrangement. All services under this Firm Fixed Price Contract shall be performed under the direction and supervision of professional licensed architects and/or engineers. The CMa is required to have, and be proficient in the use of, Primavera and MS Project software programs. The proposed project team must have the ability to provide services for large projects involving construction, historic preservation, and hazardous materials investigation and abatement. The proposed project team must have the capability to perform design review and construction management for all disciplines and specialties (i.e. architectural, structural, historic preservation, exterior envelope/commissioning, hazardous materials investigation and abatement (asbestos, lead, etc.), sustainable design & construction, cost estimating, scheduling, Value Engineering and Partnering) with in-house personnel, joint venture or firm/consultant arrangements. The firms will be considered and evaluated based on demonstrated interdependency and ability of the members to provide a quality design review and construction management effort. The scope of services will include the Base Contract Design Review Phase Services and an option for Construction Management Phase Services. The Design Review Phase Services (base contract) will include, but will not necessarily be limited to: review of drawings and specifications for constructability and completeness, facilitating and participating in value engineering studies, participating in sustainable design workshops, Total Building Commissioning, recording minutes of meetings, record keeping, Electronic Project Management (ePM), schedule control, cost estimating, reporting progress, meeting facilitation and attendance, and facilitating and participating in a partnering workshop. The Construction Management Phase Services (option) will include, but will not be limited to: recording minutes of meetings, meeting facilitation and attendance, record keeping, Electronic Project Management (ePM), project coordination and reporting, supervision of waste management, Total Building Commissioning, cost and schedule control, submittal processing, testing services, contract administration including inspection for conformance to contract documents, contract quality assurance, construction progress reporting, progress payment processing, change order administration, assisting the A-E in responding to requests for information (RFIs), contract modification preparation, claims prevention and claims processing (during construction), monitoring labor provisions, photographic documentation, facilitating and participating in partnering workshops, and other services. Responses must include a composite Standard Form (SF) ? 330, Part I - Contract-Specific Qualifications for the proposed project team and Standard Form (SF) ? 330, Part II ? General Qualifications for the prime firm and each proposed consultant (if any). The SF-330 must be dated not more than twelve (12) months before the date of this synopsis. Respondent CMa firms will be considered and evaluated on technical evaluation criteria 1 through 4 described below based upon a demonstrated ability to provide quality design review and construction management services, capacity to follow through on all phases of a project, and proven experience and past performance. The respondent CMa is required to include a narrative for each of the projects included in their submitted response for evaluation. Information on 8 ?? X 11? sheets, specifically responding to the evaluation criteria below and relevant photographs or graphic examples shall be submitted. In addition, submit the evidence determining experience, past performance and services provided on projects similar to the one specified in this announcement. CMa firms are required to provide verification of their role as a construction management firm on each of the projects submitted for evaluation, including schedule information indicating original start and completion dates of the projects. The respondent CMa must include current reference information including names, addresses and telephone numbers of the project owners and A-E firms of record, contact reference persons for A-E firms of record, and owners of record. The government intends to contact those individuals and firms that are listed as references by the CMa to verify that services provided were on similar projects and to solicit their assessments of the quality of those services that were provided. GSA reserves the right to contact persons other than those listed by the CMa. Responses to technical evaluation criterion 1 below shall describe three (3) projects which have been completed within the past twenty (20) years. At least one (1) of these projects must have been completed in a building listed in or eligible to be listed in the National Register of Historic Places. Describe both capability and experience on the projects including: technical expertise; historic preservation; cost estimating; partnering; negotiating; mediating; inspection; value engineering ability; client communication, customer service, community outreach; codes and contract compliance; Electronic Project Management (ePM); and ability to control budget, schedule and quality of the design and construction. Relevant photographic or graphic examples shall be submitted (maximum of 3 pages per project). The selection will be based upon evaluation of the following technical evaluation criteria: (1) Design Review and Construction Management Experience [42%] The firm shall submit a description of their design review and construction management background and experience with three (3) projects similar* to the one specified in this solicitation, especially demonstrating experience with the following: A. The scope of work of at least one (1) of the projects must include, but may not necessarily be limited to, extensive exterior restoration and/or replacement of deteriorated stone and/or terra cotta masonry facades on multi-story buildings. A more favorable evaluation will be given to offerors who submit projects involving buildings whose original exterior wall construction utilized technology similar to this one. B. At least one (1) of the projects must have a minimum construction cost at substantial completion of $20,000,000. Two (2) projects must have a minimum construction cost at substantial completion of $10,000,000. Describe degree of complexity of the projects and ability to control budget, schedule and quality. C. For each of the projects submitted, the building must have a minimum gross square foot area of 100,000 SF. D. At least one (1) of the projects must have been completed in a building listed in or eligible to be listed in the National Register of Historic Places. A more favorable evaluation will be given to offerors who submit more than one (1) project that was completed in a building listed in or eligible to be listed in the National Register of Historic Places. E. At least one (1) of the projects must have been completed in a building that remained continuously occupied throughout the construction phase, with minimal disruption to tenant operations. F. High profile tenants, federal agencies and knowledge of applicable government regulations. G. Local and National Codes H. A more favorable evaluation will be given to offerors who demonstrate their experience, history and understanding of the New York City construction market. I. The following categories shall be addressed: Disciplines: Architectural, Historic Preservation, Structural, Exterior Envelope/Commissioning Specialties: Hazardous Materials Investigation and Abatement (asbestos, lead, etc.), Sustainable Design & Construction, Value Engineering, Cost Estimating, Scheduling, Partnering. *Note: A project is considered similar when, based on the consensus judgment of the evaluating board members, the project has enough characteristics or similarities in common with the subject project that they could be determined to be comparable. (2) Project Team & Key Personnel [38%] The CMa firm shall submit documentation of the proposed Project Team indicating members? proven ability of successful performance with projects similar to the one specified in this announcement and capacity to work together. In addition, the CMa firm shall submit documentation of the qualifications and relevant experience of the following Key Personnel: Design Review Phase: Project Executive, Project Design Review Manager, Senior Architect/Engineer, Historic Preservation Specialist, Structural Engineer, Sustainable Design Consultant, Hazardous Materials Specialist, Value Engineering Consultant, Cost Estimator, CPM Analyst/Scheduler, Partnering Facilitator Construction Management Phase: Construction Executive, Quality Control Superintendent/Project Manager, Architectural Inspector, Historic Preservation Specialist, Structural Engineer/Inspector, Hazardous Materials Specialist, Controlled Inspection Consultant, Cost Estimator, CPM Analyst/Scheduler, Partnering Facilitator. A more favorable evaluation will be given to offerors whose proposed Project Design Review Manager and Construction Management Phase Quality Control Superintendent/Project Manager have demonstrated experience on projects submitted under technical evaluation criterion 1 ? Design Review and Construction Mangement Experience. (3) Management Approach & Organization [10%] A. Address management philosophy toward client satisfaction and teamwork, resolving issues and professional responsibility. B. Describe management approach to performing the work, including: management plan, quality and schedule control, availability and commitment of key personnel, roles of key personnel, organization chart. C. Address the capability of staffing the project with qualified CMa (and CMa consultant) personnel in relation to their work load fluctuations, ability to meet schedules and ability to effectively respond to the work. D. Discuss planning for this contract and current workload; office equipment, software and personnel to accommodate the firm?s Computer Aided Design (CAD) System; and experience with Electronic Project Management (ePM). (4) Exterior Envelope Consultant / Commissioning Agent [10%] The CMa firm shall submit documentation of the proposed Exterior Envelope Consultant / Commissioning Agent?s qualifications and proven ability of successful performance with projects similar to the one specified in this announcement. The GSA Screening/Slate Selection Board will screen the qualifications and performance record of the CMa submittals and will short list approximately three firms for interviews and further evaluation by the GSA Evaluation Board. Consideration will be limited to firms having an existing active construction management practice located within a seventy-five (75) mile radius of Columbus Circle, New York, NY. This limitation does not apply to the location of completed projects submitted in response to this solicitation. CMa firms must indicate their ability to comply with the required area of consideration as part of their response to this Request for Qualifications. In the event the Construction Management Phase Services option is exercised by the government, the successful offeror will be required to staff an office at the job site for the duration of the construction phase. This procurement is being issued under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). This procurement is open to small and large business concerns. Before award of the contract, the CMa (if not a small business of $31M 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 Prime Contractor (if a large Business) must establish subcontracting goals for Small Businesses, for Small Disadvantaged Businesses, for Women-Owned Small Businesses, for HUBZone Businesses, for Service-Disabled Veteran-Owned Businesses and for Veteran-Owned Small Business. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve their approved subcontracting goals. The use of subcontracting consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the selected firm?s proposal and included in the contract. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent possible with the small business categories listed below as part of their original submitted teams. Firms must also provide a brief written narrative of outreach efforts. The narrative shall not exceed one typewritten page. Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone business, Service-Disabled Veterans Business and Veteran-Owned Small Business concerns are strongly encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses. A copy of the Scope of Work may be obtained from Ms. Miriam Lopez, Contracting Officer at 212-264-9491. Email address: miriam.lopez@gsa.gov. Any questions may also be addressed to Ms. Lopez. Firms having the capabilities to perform the services described in this announcement are invited to respond by submitting (5) copies of all documents required (including SF-330, Part I ? Contract-Specific Qualifications and Part II ? General Qualifications, along with a cover letter of interest) to General Services Administration, 26 Federal Plaza, Room 18-110, New York, New York 10278 by 3:00 PM., local time on May 9, 2007. The following information must be on the outside of the sealed envelope: 1) Solicitation Number: GS-02P-07-DTC-0009(N)/ Construction Manager as agent (CMa) Services for the Facade Repair & Slate Roof Replacement Project for the U.S. Post Office & Courthouse, 271 Cadman Plaza East, Brooklyn, NY., 2) Due Date: MAY 9, 2007 3) Closing Time: 3:00 P.M. Late responses are subject to FAR Provision 52.214-7. In Block 9 of the Standard Form-330, Part II (page 6) specify only current W-2 payroll (non-contract) personnel of each firm. In Block F, G & H of the Standard Form 330, Part I, CMa firm must respond to the four (4) Evaluation Criteria stated in this FedBizOpps announcement for this RFQ. In Block I of the SF-330, Page 5, the CMa firm MUST sign and fill out the name, title and date of the submittal. This contract will be procured under the Brooks Act and FAR Part 36. In this process the Government will award to the mos highly qualified Cma firm whom it can negotiate a fair and reasonable price. The government will not allow payment for travel, living expense, computer time or hookups for the prime or the consultants during the selection process. Award of the contract is contingent upon funding approval. SUBMISSIONS DELIVERED TO THE ISSUING OFFICE WILL NOT BE ACCEPTED. This is not a Request for Proposal.
 
Place of Performance
Address: U.S. Post Office and Courthouse, 271 Cadman Plaza, East, Brooklyn, New York
Zip Code: 11201
Country: UNITED STATES
 
Record
SN01267559-W 20070407/070405221637 (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.