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
MODIFICATION

Z -- Construction Services Contract for the Facade Repair and Slate Roof Replacement of the U.S. Post Office and Courthouse, 271 Cadman Plaza East, Brooklyn, NY

Notice Date
4/5/2007
 
Notice Type
Modification
 
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-07-DTC-0017(N)
 
Description
The General Services Administration (GSA), Northeast and Caribbean Region is pleased to announce an opportunity for Construction Excellence for the Fa?ade Repair and Slate Roof Replacement of the U.S. Post Office and Courthouse located at 271 Cadman Plaza East, Brooklyn, NY. GSA is seeking a Construction/General Contractor to perform both PreConstruction and Construction Services for this project. The U.S. Post Office and Courthouse is an 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 575,000 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 mansard roofing system on both structures. The entire complex will remain fully occupied throughout the construction period. 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. 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 include providing design phase consultations evaluating costs, schedule, alternative design implications, building systems, construction materials and constructability. Optional services will include construction of the project. The Scope of Work for the Construction Services Option 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. ? 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. ? 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 Overall Estimated Construction Cost Range for this project is $45,000,000 to $55,000,000. The procurement process will be performed in two (2) stages. The acquisition strategy for this project will be in accordance with Source Selection Processes and Techniques (FAR Part 15.1). 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. For this acquisition all technical evaluation factors, when combined, are approximately equal to cost or price. For Stage 1, offerors must submit a technical proposal responding to the following technical evaluation factors: 1) Experience on Similar Projects, 2) Past Performance on Similar Projects and 3) Qualifications of Key Personnel. The factors will be described in the solicitation. The Source Selection Evaluation Board will evaluate the technical proposals received against the factors identified for Stage I. 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. The three most highly rated offerors found to be within the competitive range will EACH be issued a stipend in the amount of $120,000 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. 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 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: 4) Design and Constructability Review and Oral Presentations; 5) Management Plan and Oral Presentations. At the conclusion of the design review services, the participating offerors will propose a Firm Fixed Price for the construction services option required under this acquisition. Award of the required construction services option will be based on the evaluation of the offeror?s proposed Firm Fixed Price and a comparative assessment of the offerors? technical proposals against the source selection evaluation criteria identified within the solicitation. Factors 4 and 5 are equal in importance to Factors 1 and 2, which are more important than Factor 3. All the technical evaluation factors, when combined, are approximately equal to cost or price. The offeror?s firm fixed price proposals for the Construction Services Option will not be assigned a numerical weight, point score or adjectival rating. GSA will use price analysis to evaluate the price proposal, not only to determine whether it is fair and reasonable, but also to determine the offeror?s understanding of the work and their ability to perform the requirements stipulated within this acquisition. Although the Government anticipates awarding the Construction Services Option without discussions, if discussions are conducted the competitive range will include all three offerors from Stage I, unless the range is further reduced for purposes of efficiency. . Stage 1 submissions (technical proposals) will be due by 1:30pm, May 16, 2007. The RFP will include all the submission requirements. This procurement is being issued under the Small Business Competitive Demonstration Program, and will be open to both large and small business concerns. Before award of the contract, the firm (if not a small business of $28,500,000 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, GSA will establish subcontracting goals for Small Business, Small Disadvantaged Business, 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 for this project. 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. The contract award or GSA exercise of any option is contingent upon the availability of funds. The Request for Proposal (RFP) will be issued on or about April 17, 2007. 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 are interested in submitting a proposal for this project, please contact Frank Cashman via email at francis.cashman@gsa.gov or call (212) 264-4234.
 
Place of Performance
Address: U.S. Post Office and Courthouse, 271 Cadman Plaza East, Brooklyn, New York 11201
Zip Code: 11201
Country: UNITED STATES
 
Record
SN01267560-W 20070407/070405221639 (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.