Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
MODIFICATION

38 -- 30th Floor Renovation-26 Federal Plaza Backfill Project - Solicitation 1

Notice Date
7/5/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition management Division Operations Branch C, 26 Federal Plaza, New York, New York, 10278, United States
 
ZIP Code
10278
 
Solicitation Number
GS-02-P-16-DTC-7002
 
Response Due
8/5/2016 3:00:00 PM
 
Archive Date
4/21/2016
 
Point of Contact
Claudia Rivera, Phone: 212 264-5244, Winnie W Eng, Phone: 212-264-2575
 
E-Mail Address
claudia.rivera@gsa.gov, winnie.eng@gsa.gov
(claudia.rivera@gsa.gov, winnie.eng@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NOTICE The General Services Administration (GSA), Northeast and Caribbean Region is seeking qualified General Contractors (GC) interested in providing construction services for the renovation of approximately 26,000 SF of the 30 th Floor of the Jacob K. Javits Building at 26 Federal Plaza, New York, NY. REFERENCES: 1. FBO Pre-Solicitation Notice No. GS-02-P-16-DT-C-7002-Posted April 4, 2016. 2. FBO Sources Sought Notice No. GS-02-P-16-DT-C-7000 General Contractor for the 30 TH floor Renovation project, 26 Federal Plaza, New York, NY 10278 - Posted on January 26, 2016. PROJECT DESCRIPTION: The services for this project will include general construction services. The project will require work to be performed in an occupied building, on an occupied floor, without disruption to the operations of the tenants. The work will involve abatement of asbestos-containing spray-on fireproofing, replacement of induction units and a full office renovation for five (5) separate tenant agencies. The renovation will also include the addition of a small locker room. ALTERNATES: Base Building Alternate 1: Induction units to remain, patch, repair, and paint covers Base Building Alternate 2: Remove and replace induction units OPTIONS: Option Number 1: FPS District Mat Room, Locker Rooms Option Number 2: FPS Tactical Room Option Number 3: Furniture Relocation ESTIMATED SCHEDULE: The period of performance is 8 months from Notice to Proceed (NTP) to Substantial Completion. CONSTRUCTION COST RANGE: 5,000,000 to $10,000,000 SOCIOECONOMIC CONSIDERATIONS: This requirement is 100% set aside for small business concerns in accordance with Federal Acquisition Regulation (FAR) Subpart 19.5. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction; with a size standard of thirty-six million, five hundred thousand dollars ($36,500,000) average annual receipts. All responsible small business firms may submit a proposal. SELECTION PROCESS: This will be a competitively negotiated acquisition governed by procedures in FAR 15. Source selection procedures will be used to select the proposal that represents the best value to the Government by using the trade-off process. A firm fixed price contract is contemplated. For this procurement the technical evaluation factors (non-price factors), when combined, will be weighted approximately equal to price. Technical factors are as follows: Factor 1: Experience Factor 2: Past Performance Factor 3: Key Personnel Factor 4: Project Management Plan SUBMITTAL OF PROPOSAL: Part I shall be the offeror's Price Proposal and it shall contain the pricing information for the base, options and alternatives. Part II shall be the offeror's Technical Proposal, which will provide the response to the technical factors demonstrating the offeror's technical capabilities. Technical and Price Proposal shall be sent as (2) two separate attachments. Proposal shall be submitted via email to Claudia.Rivera@gsa.gov PRE-PROPOSAL CONFERENCE: A Pre-Proposal Conference will be held for the procurement to discuss the project and proposal requirements. DATE: JULY 19, 2016 TIME: 10 A.M. LOCATION: 26 Federal Plaza, New York *Specific room location will be posted on Fedbizopps SYSTEM FOR AWARD MANGEMENT: Interested firms must be registered in the System for Award Management (SAM), in order to receive procurement documents and a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at http://www.fsd.gov. NOTICES: The solicitation and associated information will be available from the FedBizOpps website mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FedBizOpps posting. Offeror's will not be reimbursed for proposal submittal expenses. The solicitation documents will be posted as "secure" packages in the FedBizOpps posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the fbo.gov website, under the "Getting Started" tab. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO THIS NOTICE TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. Award of a contract is contingent upon funding approval. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Inclusion of website address or link does not constitute an endorsement. Amendments, if/when issued will be posted to the FedBizOpps site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d9bad5ac1825519fe74b1a3148683d0)
 
Place of Performance
Address: 26 Federal Plaza, New York, NY 10278, United States
Zip Code: 10278
 
Record
SN04170854-W 20160707/160705234132-2d9bad5ac1825519fe74b1a3148683d0 (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.