Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

Z -- RECOVERY ACT - BRIDGING DESIGN BUILD RENOVATION PROJECT AT THE PETER W. RODINO FEDERAL BUILDING IN NEWARK, NEW JERSEY

Notice Date
10/1/2009
 
Notice Type
Presolicitation
 
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(N)
 
Archive Date
11/16/2009
 
Point of Contact
Brian A. Burns, Phone: 212-264-9926
 
E-Mail Address
brian.burns@gsa.gov
(brian.burns@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA), Northeast and Caribbean Region, Public Buildings Service, Design and Construction Division is pleased to announce an opportunity for the Bridging Design/Build Renovation of the Peter W. Rodino Federal Building located at 970 Broad Street in Newark, New Jersey. This procurement is for the selection of a Design/Build team consisting of an architect/engineer (A/E) and a general contractor (GC) to design and construct the modernization project of the Peter W. Rodino Federal Building. The North American Industry Classification System (NAICS) Code for this procurement is 236220. The size standard is $33.5 million per year. This is an unrestricted procurement open to all large and small business concerns. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 52.219-19). The Peter W. Rodino Federal Building consists of 16 floors, plus basement and subbasement. GSA previously abated and renovated seven (7) of the floors. Accordingly, the work to be performed on these seven floors will include non-structural seismic upgrades, limited abatement and limited structural, mechanical, electrical and plumbing upgrades. The remaining nine (9) 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. The mechanical system upgrades will include replacement of chillers, cooling tower, and pumps, and selective relocation of risers. The 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. The modernized floors are expected to result in a 30% reduction in energy consumption compared to the 2009 baseline and meet the target of 55,000 BTUs/sf and is required to be LEED certified at a minimum, although a LEED silver rating or better is anticipated. The estimated contract value is $100,000,000.00 to $140,000,000.00. Funds allocated via www.recovery.gov reflect funds for the entire project and not just design and/or construction. Contractors should price according to the specifications. The Request for Qualifications (RFQ) (Phase 1 Solicitation) is scheduled to be issued on or about October 15, 2009, via FedBizOps (http://www.fbo.gov/). A site-visit for Phase I is tentatively scheduled to be held the week of October 26, 2009, at the Peter W. Rodino Building in Newark, New Jersey to answer questions that offerors may have concerning the project and technical evaluation criteria. Attendance is not mandatory but is strongly encouraged. GSA intends to contract for complete design and construction services with the bridging design/build contract that offers the best overall value to the Government by demonstrating a commitment to design and construction excellence, by providing and maintaining a viable team organization and by adherence to the budgetary and time parameters for this project. The offeror selected shall be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract. The contractor will be chosen competitively utilizing FAR Part 36.3 Two-Phase Design-Build Selection Procedures and Part 15 Source Selection procedures using the Best Value/Trade-off process. Based on the complexity and importance of this project, the Government deems it to be in its best interest to consider award to other than the lowest priced offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The final price will encompass all-inclusive costs for the entire design and construction project including the administrative cost of processing change orders throughout the course of this project. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202); based on a final negotiated or accepted price, to the contractor that offers the best overall value to the Government. The procurement process will be performed in two (2) phases. The technical factors for Phase I Request for Qualifications (RFQ) are tentatively as follows: (#1) Bonding Capacity Requirement (Go/No-Go); (#2) Technical Approach; (#3) Prior Experience on Similar Projects; and (#4) Past Performance on Similar Projects and Safety. Following the evaluation of the technical proposals, a short list of a maximum of five (5) of the most qualified offerors will be selected to further compete in Phase II. Any and all cost saving concepts and scope improvement measures submitted or discussed by the offerors as part of Phase I, or II shall become the property of the Government and may be incorporated into the drawings and specifications for use under this project at no recompense to the offeror(s). Phase II Submission: Only firms (Maximum of 5) selected to be on the short list will enter into this phase of the solicitation. These firms will be issued the bridging design documents with the Phase 2 solicitation. Bridging Design documents will include performance specifications, design intent drawings, relevant design guides and standards, as well as specifications relating to project- and building-specific needs. The technical factors for Phase II Request for Proposals (RFP) are tentatively as follows: (#1) Detailed Organizational Structure, Significant Subcontractor List and Qualifications of Key Personnel; (#2) Project Management Plan; (#3) Oral Presentation; and (#4) Project Labor Agreement. Price proposals and a Subcontracting Plan (if the offeror is not a small business concern) will also be required during Phase II. This procurement is open to small and large business concerns. Before award of the contract, the business concern (if not a small business concern) shall be required to present an acceptable, proactive Subcontracting Plan, pursuant to FAR Part 19.7. GSA's Socio-Economic Program goals are below, but contractors should develop their own goals with these in mind: Small Business (36%), Small Disadvantaged Business (6%), Small Women-Owned Business (5%), HUBZone Business (3%), Veteran-owned (5%), and Service-Disabled Veteran-owned business (3%). Failure to submit and/or comply with the minimum requirements of the Subcontracting Plan will render the offeror unacceptable. All questions and clarifications regarding the project documents shall be put in writing and submitted to the Contracting Officer. Production costs and proposal preparation costs are at the expense of the offeror. All correspondence in response to this announcement must clearly indicate the Solicitation Number GS-02P09-DTC-0018. This project is being funded by the American Recovery and Reinvestment Act (ARRA) for 2009. THERE IS REASONABLE CERTAINTY THAT FUNDS WILL BE AVAILABLE. Reporting requirements from the contractor are mandated per the Act. THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-09-DTC-0018(N)/listing.html)
 
Place of Performance
Address: 970 Broad Street, Newark, New Jersey, 07102, United States
Zip Code: 07102
 
Record
SN01977777-W 20091003/091001235242-defbe56339544a32058997ed52238e6b (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.