Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

Z -- DESIGN-BUILD SERVICES

Notice Date
4/23/2009
 
Notice Type
Modification/Amendment
 
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, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-09-DTC-0018
 
Archive Date
5/14/2009
 
Point of Contact
Brian A. Burns,, Phone: 212-264-9926, Francis Cashman,, Phone: (212) 264-4234
 
E-Mail Address
brian.burns@gsa.gov, francis.cashman@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of technically capable and otherwise responsible firms that would be interested in submitting offers for this anticipated solicitation. The General Services Administration (“GSA”) Northeast and Caribbean Region is conducting a market survey and is seeking sources for Design-Build services. The requirements for this opportunity include the Renovation of the Peter W. Rodino Federal Office Building, Newark, New Jersey. The project will involve: 1) asbestos abatement and renovation of approximately 150,000 gsf, 2) stabilization of precast façade and over-cladding with new glass curtainwall, and 3) mechanical, electrical and plumbing improvements to enhance energy efficiency and water conservation. Design-build is anticipated to begin between February 2010 and March 2010. The current estimated construction cost range is $100,000,000 to $120,000,000. The estimated project duration (design and construction) is 48 months (1460 days) after Notice to Proceed (NTP). The North American Industry System (NAICS) code for this effort is 236220 and the Small Business Administration (SBA) size standard is $33.5 million dollars in annual receipts averaged over a concern’s latest three (3) completed fiscal years. The services for this project will include preparing construction documents, serving as the Architect/Engineer of record for the project and general construction services. The project will require work to be performed within an occupied Federal office building while minimizing disruptions to the operations of the existing facility. The existing facility consists of 16 floors, plus basement and subbasement. Eight (8) floors were previously abated and renovated – work on these floors will include non-structural seismic upgrades, limited abatement and limited structural, mechanical, electrical and plumbing upgrades. Eight (8) floors will be fully modernized as part of this project – work on these floors will consist of full abatement and renovation, including installation of spray-on fireproofing at abated areas, bathroom modernization, alterations to the fire protection, fire alarm, mechanical, electrical, lighting, plumbing and structural framing to support the tenant improvements and improve the overall energy efficiency of the building. Mechanical system upgrades will include replacement of chillers, cooling tower, and pumps, and selective relocation of risers. Exterior work will include selective roof replacement, repairs to the precast concrete façade and addition of a new glass curtainwall “over-cladding” with supplemental framing and reinforcement of the existing structure. All offerors responding to this RFP must be registered in the Central Contractor Registration (CCR) before they can be considered for award. Information concerning CCR requirements may be viewed via the Internet at www.ccr.gov or by calling 1-888-227-2423. Companies who have the necessary experience in design build, as well as an interest in this project, should submit a statement of capabilities, which is not a proposal, but rather a short statement regarding the firm’s expertise and experience on design build projects similar in scope to the one described in this notice. Firms should indicate eligibility for SBA programs and whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Additional information related to SBA programs can be found at www.sba.gov. Interested firms should submit a Written Letter of Interest to Brian Burns, Contracting Officer. Please EMAIL your response to brian.burns@gsa.gov or mail your response to the General Services Administration, PBS Project Management Division, 2PCB, Attn: Mr. Brian Burns, 26 Federal Plaza, Room 1639, New York, NY 10278 by April 29, 2009. For additional information regarding this potential opportunity, please contact Mr. Burns at 212-264-9926.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c59d0410782ae7b2de023f39894d1fa&tab=core&_cview=1)
 
Place of Performance
Address: Peter W. Rodino Federal Office Building, Newark, New Jersey, United States
 
Record
SN01800374-W 20090425/090423220016-3c59d0410782ae7b2de023f39894d1fa (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  © 1994-2020, Loren Data Corp.