MODIFICATION
Y -- Bankruptcy and Probation Consolidation to the Conrad B. Duberstein U.S. Courthouse
- Notice Date
- 5/15/2019
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- One World Trade Center 55th Floor New York NY 10007
- ZIP Code
- 10007
- Solicitation Number
- 47PC0319N0001
- Response Due
- 5/24/2019
- Point of Contact
- Douglas Tumbrello, Contracting Specialist, Phone 9175743499, - Jordana Covrigaru, Contract Officer, Phone 212-264-4462
- E-Mail Address
-
douglas.tumbrello@gsa.gov, jordana.covrigaru@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. The General Services Administration (GSA), Northeast and Caribbean Region is seeking qualified General Contractors (GC) interested in providing full construction services for the Bankruptcy and Probation Consolidation to the Conrad B. Duberstein U.S. Courthouse which is a historical building located at 271 Cadman Plaza, Brooklyn, NY 11201. All of the office spaces are zone 3 historical spaces which are classified as "free zones". The main lobbies and atrium spaces are zone 1 spaces which are preservation zones. This project will include a two phase approach.The first phase of the work will be part of the base contract awarded to renovate approximately 23,300 usf of the first and second floors of the Conrad B. Duberstein Courthouse. Work includes new layouts for Bankruptcy Court office space, office support space, and restrooms which involves renovations to the mechanical, electrical, plumbing, life-safety, and structural. Architectural work includes finishes such as wood panels, revisions to glazed mullion systems, marble, millwork, demountable partitions of a type similar or equal to Doing it Right This Time ("DIRTT") demountable partitions which will be provided by and installed by the contractor,new LED light fixtures, wainscot, etc. The resultant contract will also include an option, to be exercised at the Government's discretion, for a second phase of renovations of approximately 40,000 usf (Probation) located on the ground, first, and fourth floors. All renovation work includes, but is not limited to; mechanical, electrical, plumbing, life-safety, structural, providing and installing DIRTT demountable partitions or approved equal, structural hardening and blast mitigation at an existing Johnson Street entrance.The Johnson Street entrance also entails support infrastructure for an x-ray screening machine, magnetometer, a security booth, turnstyles, modifications to existing doors, etc. for a new secured entrance for Probation. The Probation renovation includes program of office space, public waiting rooms, interview rooms, urine testing labs and support restrooms, conference rooms, defensive tactics/training rooms, among other support office space. The contracting method that will be utilized for the project will be in accordance with FAR Part 15.3 - The "best value trade-off process." Under this process, the Government will select the proposal that represents the best value based on the evaluation of both the technical factors and the total evaluated price. For this procurement, the technical factors will be equal to price. The Overall Estimated Construction Cost Range for the entire project $10,000,000 to $20,000,000. The estimated period of performance for the Bankruptcy base contract is 350 calendar days after issuance of the Notice to Proceed. The estimated period of performance for the option is 410 calendar days after issuance of the Notice to Proceed for that option. Under this Sources Sought announcement, the Government is seeking information on experienced GCs that are interested in this project. This information is intended to assist the Government with market research and acquisition strategy planning. The North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $36,500,000 in annual receipts averaged over a company's last three (3) completed fiscal years. If you are an interested GC company, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following four questions (4 page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. A statement regarding your business' expertise and experience on construction projects that are of similar cost, size, scope and complexity. Statements should include specific examples and demonstrate experience with the installation of the DIRTT demountable walls or similar, construction in historic buildings and construction in a Federal Courthouse. 2. What is your available construction contract bonding capacity per contract? 3. Indicate if your company meets the small business size standard for NAICS 236220, otherwise indicate if you are a large business. 4. Indicate any and all applicable small business representation(s); Small Business, Small Disadvantaged business, HUBZone small business, Veteran-Owned small business, Service-Disabled Veteran-Owned small business, and/or Woman-Owned small business. Submission Instructions: Please submit Letters of Interest along with the capability statements by 5:00pm EST on May 24, 2019 to Jordana Covrigaru, Contracting Officer, with a copy to Douglas Tumbrello, Contract Specialist. All responses must be submitted via email to jordana.covrigaru@gsa.gov and douglas.tumbrello@gsa.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No hard copies will be accepted. For informational purposes : All offerors are required to have an active registration in SAM ( www.sam.gov ) at the time of offer submission. Note: All information furnished to the Government in response to this notice will be used for review and market research purposes only. Responses provided will not exclude interested parties from future related procurement activity. No reimbursement will be made for any costs associated with providing information in response to this announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/23c7b7bc6fa6342fbdcbb80a4e32996f)
- Place of Performance
- Address: 271 Cadman Plaza Brooklyn, NY
- Zip Code: 11201
- Country: US
- Zip Code: 11201
- Record
- SN05312957-F 20190517/190515230058 (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 |