Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2004 FBO #1117
MODIFICATION

Y -- Construction of a new pavilion at the Jacob K. Javits FOB, 26 Federal Plaza, NY, NY 10278

Notice Date
12/15/2004
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-05-DTC-0003(N)
 
Response Due
1/11/2005
 
Archive Date
1/26/2005
 
Description
THIS MODIFICATION AMENDS THE ORIGINAL PRE SOLICITATION NOTICE TO ADVISE POTENTIAL OFFERORS THAT THERE WILL BE A PRE SUBMITTAL(PROPOSAL) CONFERENCE ON WEDNESDAY, DECEMBER 22, 2004 AT 10:00AM. THE CONFERENCE WILL BE HELD AT THE JACOB K. JAVITS FEDERAL OFFICE BUILDING, 26 FEDERAL PLAZA, NEW YORK, NEW YORK 10278, IN THE SIXTH FLOOR CONFERENCE CENTER - CONFERENCE ROOMS C & D. IF YOU ARE INTERESTED IN PARTICIPATING IN THIS PROCUREMENT PLEASE ATTEND. GSA WILL GIVE AN OVERVIEW OF THE PROJECT AND WILL CONDUCT A WALK THRU OF THE CONSTRUCTION SITE. WE WILL ALSO ANSWER ANY QUESTIONS ABOUT PARTICIPATING IN THIS PROJECT. BE ADVISED THAT DUE TO HEIGHTENED SECURITY MEASURES, INDIVIDUALS ENTERING FEDERAL BUILDINGS WILL BE SUBJECT TO SEARCH AND REQUIRED TO PROVIDE PHOTO IDENTIFICATION. YOU DO NOT NEED TO MAKE RESERVATIONS TO ATTEND THE CONFERENCE. ORIGINAL NOTICE: The General Services Administration (GSA), Northeast & Caribbean Region, Property Development Division, (2PCB) announces an opportunity for construction excellence in constructing a new pavilion on the Broadway Plaza of the Jacob K. Javits Federal Office Building located at 26 Federal Plaza, New York, New York. The solicitation number is GS-02P-05-DTC-0003. (This project was previously publicized under solicitation number GS02P04-PLC-0072). The Government contemplates award of a firm fixed price contract. The estimated construction cost range for this project is between $5 million and $10 million. The anticipated construction time is fourteen (14) months. The selected contractor will be required to provide all management, supervision, labor, materials, supplies, and equipment and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA requirements. IMPORTANT NOTICE TO POTENTIAL OFFERORS: THIS OFFICE INTENDS TO HOLD A PRE SUBMITTAL CONFERENCE SOMETIME BEFORE DECEMBER 31, 2004. THE SPECIFICS WILL BE POSTED ON THIS WEBSITE AS A MODIFICATION TO THIS PRE SOLICITATION NOTICE. This procurement is issued pursuant to the Small Business Competitiveness Demonstration Program and is open to both large and small business participation. The applicable NAICS Code is 236220. The corresponding size standard for a determination of business size is $28.5 Million average annual receipts for the three (3) preceding fiscal years. A bid guarantee in the amount of 20% of the offer price will be required in the second step of this solicitation. Performance and Payment Bonds each in the penal sum of 100% of the contract price will be required after award of a contract. PROJECT DESCRIPTION: The Broadway Plaza Pavilion shall be built on the existing Broadway Plaza at 26 Federal Plaza. The site is bounded by Worth Street to the North, Duane Street to the South, Broadway to the West, the Federal Plaza building to the East and sits on top of an existing parking garage below grade. The Pavilion will function as the new "front door" to the Jacob K. Javits Federal Building. All employee access and all visitor queuing and access shall occur through this entrance. The relocation of the security screening outside the building and the relocation of two air intakes shall enhance the building security. The project includes, but is not limited to the following work: Demolition, Architectural, Structural, Interior Construction, Mechanical, Electrical, Plumbing, and, Landscaping. Potential offerors are advised that the General Services Administration, Public Buildings Service operates under strict security regulations and contractors and all contractor employees, subcontractors, etc. will be required to adhere to all security requirements including but not limited to fingerprinting and background checks. This procurement will be conducted using the best value continuum - trade off source selection process in accordance with Federal Acquisition Regulation (FAR) 15. 101-1 and will be solicited using the Advisory multi-step process in accordance with FAR 15.202. Based on the complexity and importance of this project the Government deems it to be in its best interest to consider award to the contractor offering the best value to the Government. Therefore for this procurement, the technical evaluation factors when combined will be significantly more important than price. This Advisory multi-step process will be solicited in two steps. Issuance of this pre solicitation notice is the first step. The second step will be the issuance of a Request for Proposals (RFP). This initial step invites potential offerors to submit specific information as described below. SUBMISSION DESCRIPTION/REQUIREMENTS Pre solicitation Step In the pre solicitation step, potential offerors will be invited to submit information which conforms to the following technical evaluation factors: Factor No. 1 Experience on Similar Projects 300 points Factor No. 2 Past Performance on Similar Projects 250 points Factor No. 3 Qualifications of Key Personnel 150 points Total possible points under pre solicitation submission: 700 points Each submission will be reviewed in accordance with the minimum requirements listed for each factor. After review of each submission, each potential offeror will be advised, in writing, by GSA either that it is invited to participate in the Request for Proposal (RFP) step of this procurement, or based on the information submitted, that it is unlikely to be a viable competitor. Notwithstanding the advice given by GSA, all potential offerors responding to step one will be advised that they may participate in the next step of this procurement process. FIRMS THAT DO NOT SUBMIT WRITTEN RESPONSES TO THIS PRE SOLICITATION NOTICE WILL NOT BE ELIGIBLE TO COMPETE IN SUBSEQUENT STEPS OF THIS PROCUREMENT. RFP Step The second step of this procurement will be the issuance of a Request for Proposal package to all potential offerors found to be viable competitors under the initial step of the procurement. Should a potential offeror who was found to be a nonviable competitor request a copy of the RFP package, the Government will provide it. Upon issuance of the RFP, potential offerors will be required to provide a notarized statement from a Treasury approved surety stating that the offeror has bonding capacity equal to or greater than the estimated construction cost range of this project. Offerors will also be required to provide evidence that they are licensed as a general contractor in the State of New York. The RFP will require the submission of two separate packages to be submitted simultaneously. The first package will be a Technical Proposal and will include the offeror's response to the following technical evaluation factors: Factor No. 4 Project Management Plan 250 points Factor No. 5 Small Disadvantaged Business Participation 50 points Total possible points under RFP submission: 300 points The second package will be a Price Proposal. The Technical Proposals will be opened first and evaluated by the Government. Once the technical evaluation is completed, (the evaluation will include the Technical Evaluation Factors issued under both the Pre-Solicitation Notice and the RFP) the Price Proposals will be opened. The Price Proposals shall be segregated from the Technical Proposals and placed in a separate envelope. The Government reserves the right to make an award without discussions, but if a decision is made to conduct discussions with offerors, the Contracting Officer will establish a competitive range. (see FAR 15.306). Each offeror's technical evaluation results from the pre solicitation step of this procurement will be carried forward into the RFP step of this procurement which will result in an offeror receiving a possible total point score of 1,000 (700 points from the pre solicitation step and 400 from the RFP step) STEP ONE PRE SOLICITATION SUBMISSION REQUIREMENTS Firms responding to this pre soliciation notice will be required to submit six (6) copies of the requested information. The information shall be submitted in an 8 1/2" x 11" bound format and should be organized to scorrespond with the technical evaluation factors listed below. The following technical evaluation criteria represents the factors that will be used under this step of the evaluation by GSA in determining whether a respondent will be a viable competitor for this procurement. The maximum score a respondent can receive under this part of the procurement process is 700 points. FACTOR No. 1: EXPERIENCE ON SIMILAR PROJECTS 300 points This factor considers the extent of the offeror's past experience on three (3) similar projects over the past ten (10) years. The projects identified should be those in which the firm provided, as the prime general contractor, construction services for either a new Federal, County, State, or commercial office building including interior construction or similar projects in scope, complexity and construction costs equal to or greater than $7,500,000.00. The work performed shall have included all the trades necessary for a fully completed functional building, to include, but not limited to mechanical, electrical, structural, architectural, curtain wall, and security trades. For each project identified, contractors will be required to provide the following information: Name, date, location of the project Description of work and construction value Gross square meters of project area Actual work performed by the general contractor under the scope of work Also include 8? x 10? photographs of these projects, start cost and final cost; target completion dates, actual completion dates for each project; and a supplemental narrative that elaborates on the firm's capabilities and past experience relative to successful project delivery. The information submitted for each project shall be in narrative format with no more than two (2) 8 1/2? x 11? sheets and no more than 2 pages of photographs. Similar is defined for this project as: New construction of a building (Governmental, Institutional or commercial office building including interior construction) approximately $7,500,000.00 or greater. Acceptable alternative projects include new urban construction of multi-story high rise Class "A" Office Buildings, new school construction, and new apartment buildings. If the prime general contractor is proposing as a joint venture, the team will be required to document whether the joint venture has experience working together in the past. If the joint venture has not worked together in the past, the members of the team will be required to document their joint venture experience in the past, including which general contractor firm was the lead firm. Minimum Requirements for Factor No. 1: The offeror demonstrates that it meets this experience requirement when the three (3) projects submitted are constructed within the past ten years, (with one of the three having been constructed within the past three years) in which the offeror served as the prime construction contractor and these projects are similar to the proposed project and the cost is equal to or greater than $7,500,000. Offerors must submit a total of three (3) distinct projects. Failure to provide projects meeting GSA?s definition of similar as discussed above will result in a less favorable technical evaluation. Factor No. 2 Qualifications of Key Personnel 250 points This factor considers the depth of the offeror's team in terms of academic, professional qualifications and work experience of the offeror?s key personnel. Offerors are requested to identify key personnel that will make up the project team for the proposed project. During construction, the positions of Principal/ Construction Executive, Project Manager, Construction Superintendent and Scheduler cannot be changed from those individuals specified in the proposal, without prior approval from the Contracting Officer. Complete resumes for all key personnel shall be submitted listing education, training, qualifications and experience relative to the tasks that will be performed. Include any professional qualifications, specialized experience in this type of work, and technical competence on similar projects. A complete project list of previous similar project experience for each proposed team member shall be submitted to demonstrate that each of the proposed key personnel meets the minimum experience level requirements. Offerors shall provide details concerning any previous experience the proposed team may have working together on similar projects. Each proposed team member will be rated based on GSA?s evaluation criteria concerning the qualifications and experience of the proposed key personnel with similar roles and project experience as proposed on this project. One individual must be assigned to each of the disciplines listed below. Upon contract award, the individuals proposed under this factor for the positions of Principal/Construction Executive, Project Manager, Construction Superintendent and Scheduler cannot be changed without prior written approval from the Contracting Officer. Offerors proposing key personnel who exceed the minimum qualifications and experience levels identified will receive a more favorable technical evaluation for this factor. Principal/Construction Executive: (Oversees the project from a corporate level and has contractual authority) The contractor shall designate at least one (1) Construction Executive who has a minimum of 10 years of construction executive project experience. Project Manager: (the on site project coordinator with the authority to make decisions for the contractor) The contractor shall designate one (1) Project Manager who has a minimum of 15 years of construction project management experience and has managed a minimum of two (2) construction projects over $7 million. General Construction Superintendent: (the on site superintendent of construction) The contractor shall designate at least one (1) Construction Superintendent who has at least 10 years of general construction experience, with a minimum of 10 years as a Building Construction Superintendent/Foreman and has been a superintendent of a project over $7 million. Scheduler: The Contractor shall designate at least one Scheduler for this contract who possesses a minimum of 10 years project scheduling experience, including experience in scheduling software such as Primavera, etc. Minimum Requirements for Factor No. 2: The standard is met when the offeror proposes a team consisting of personnel with the minimum required disciplines and respective experience levels as stated in the minimum standards below. Provide names and qualifications of proposed personnel meeting the criteria. Principal/Construction Executive: The contractor shall designate at least one (1) Construction Executive who has a minimum of 10 years of construction executive project experience. Project Manager: The contractor shall designate one (1) Project Manager who has a minimum of 15 years of construction project management experience and has managed a minimum of two (2) construction projects over $7 million. General Construction Superintendent: The contractor shall designate at least one (1) Construction Superintendent who has at least 10 years of general construction experience, with a minimum of 10 years as a Building Construction Superintendent/Foreman and has been a superintendent of a project over $7 million. Scheduler: The Contractor shall designate at least one Scheduler for this contract who possesses a minimum of 10 years project scheduling experience, including experience in scheduling software such as Primavera, etc. Factor No. 3 Past Performance on Similar Projects 150 points This factor considers the quality of the offeror?s past performance in the role of a general contractor for the same construction projects submitted under Factor No. 1 above. For each project submitted the offeror shall address the following items in narrative a format: Timeliness, Cost Control, Administration, Quality Product, Business Relations, Safety History, and Continuity of Personnel. Information shall not exceed three (3) typewritten pages per project. Reliable references for each project are considered to be: 1)The owner, 2)The Construction Management Firm, 3)The Architect/Engineer Firm. For each project submitted above one (1) reference must be submitted. The Government intends to contact those individuals and firms that are listed as references by the offeror to verify that the services provided were on similar projects (as defined above), and to solicit their assessments of the quality of those services that were provided. For each project, the offeror will be evaluated based upon performance as stated in the narrative and as stated by references in accordance with the following subfactors: Subfactors: a. On Time - Timeliness of Performance 1. Did the contractor complete the project on the owner's schedule? 2. To what extent did the contractor adhere to contract delivery schedules at significant milestones? 3. How responsive was the contractor in addressing unforeseen conditions? 4. Did the contractor complete Punch List items within 90 days after it was established? b. Cost Control 1. Did the contractor submit reasonably priced change proposals? 2. How responsive was contractor in submitting proposals for owner-initiated changes? 3. How reasonable were contractor-initiated changes? 4. Were there any claims which required Alternative Dispute Resolution /Court proceedings? c. Administration 1. Did the contractor submit detailed and updated schedule information? 2. Did the contractor provide submittals in a timely manner? 3. Did the contractor submit reasonable and concise requests for information? 4. Was there any post-construction/warranty work? d. Quality Product 1. How well did the contractor comply with contract requirements? 2. Did they conform to standards of good workmanship? 3. Does the contractor have the ability to adapt to changing requirements while maintaining a desired level of quality? e. Business Relations 1. How well did the contractor work with the owner and the owner's technical advisors? 2. How effective was the contractor's on site management team in dealing with the owner/architect. 3. How effective was the contractor's on site management team in dealing with the construction manager? 4. How well did the contractor manage and coordinate their subcontractors? 5. Is the contractor cooperative and businesslike? f. Safety History on each Project Did the contractor implement an effective accident prevention program? g. Continuity of Key Personnel Did the contractor maintain a consistent project team throughout the duration of the project? Minimum Requirements for Factor No. 3: The offeror submits a written narrative addressing it's performance on the three (3) projects submitted. The offeror demonstrates satisfactory performance on each of the three projects submitted as evidenced by the reference checks conducted by GSA. Offeror should also submit a description of their performance in each of the categories listed above. Offerors will also be required to submit *reliable references for all projects. Note that GSA will not limit its references to those provided by the offerors; instead GSA may choose to contact references independently of those provided. *The term reliable relates to the ability of GSA to contact these references. GSA will expend only a "reasonable" amount of time and effort to contact those submitted as references. GSA reference material must include names, addresses, positions, faxes, and phone numbers (references will be contacted). Current e-mail addresses should also be provided for references when available to facilitate contact by the SSEB in coordinating reference interviews or question distribution. Other project references may be considered. Failure to provide three (3) projects meeting GSA's definition of similar as discussed above will result in a less favorable technical evaluation. RESPONDING TO THIS NOTICE General contractors having the capacities to perform the services described in this notice are invited to respond by submitting six (6) completed copies of all information and documentation requested below AND a letter of interest to: General Services Administration, 26 Federal Plaza, Bid Room 18-130, New York, New York 10278 no later than January 11, 2005, 4:30PM local time. Be sure to include the solicitation number (GS-02P-05-DTC-0003(N), and the name and address of the offeror on the outside of your envelope. Neither Electronic nor Facsimile submissions will be accepted. Submissions received after the date and time specified herein may be deemed late and not accepted and are subject to the requirements of FAR 52.215-1. Be advised that due to heightened security measures, individuals entering Federal Buildings will be subject to search and required to provide photo identification and may be delayed. Firms hand delivering submissions should take this into consideration. Interested parties may address questions to Jo Ann Petrillo, Contracting Officer, telephone number (212) 264-7355 - FAX (212) 264-4808. OR Joan Ryan, Property Development Division, (212) 264-7469.
 
Place of Performance
Address: Jacob K. Javits Federal Office Building, 26 Federal Plaza, New York, New York
Zip Code: 10278
 
Record
SN00722149-W 20041217/041215212229 (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.