Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

Z -- Pre-solicitation Notice for Construction Services for the Bankruptcy and Probation Courts Consolidation Project at the Conrad B. Duberstein U.S. Courthouse

Notice Date
12/5/2019 1:14:23 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 OPERATIONS BRANCH C NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0319N0001
 
Response Due
12/12/2019 8:59:00 PM
 
Archive Date
12/27/2019
 
Point of Contact
Douglas Tumbrello, Phone: 9175743499
 
E-Mail Address
douglas.tumbrello@gsa.gov
(douglas.tumbrello@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Pre-solicitation NoticeThis notice is a pre-solicitation notice for the U.S. General Services Administration (GSA),Public Buildings Service, Region 2, Northeast and Caribbean Region. This notice is not asolicitation announcement, and this notice is not a request for proposal or related documents.GSA is seeking a responsible and qualified General Contractor (GC) to provide constructionservices for the Bankruptcy and Probation Courts Consolidation Project at the Conrad B.Duberstein U.S. Courthouse located at 271 Cadman Plaza in Brooklyn, NY. The selected offerorwill be required to supply all labor, materials, equipment and supervision to perform thecomplete services as required by the Scope of Work under the resultant contract.The Conrad B. Duberstein U.S. Courthouse was built and occupied in 1892. The original portionof the building is four stories in height, and the 1933 addition is seven stories tall. This projectwill include a two-phase approach, with the anticipated base contract contemplating the firstphase, and an option, to be exercised at GSA’s discretion, contemplating the second phase. Theproject will require work to be performed in an occupied building within highly secure areaswithout disruption to the operations of the tenants; and will include such work items as, but notlimited to: mechanical, electrical, plumbing, life-safety, structural, architectural finishes,structural hardening, and blast mitigation.The first phase of the work will include the renovation of approximately 22,176 usable squarefeet (usf) of the first and second floors. Work includes new layouts for Bankruptcy Court officespace, office support space, and restrooms which involves renovations to the mechanical,electrical, plumbing, life?safety, and structural. Architectural work includes finishes such aswood panels, revisions to glazed mullion systems, marble, millwork, demountable partitions of atype similar or equal to Doing it Right This Time (“DIRTT”) demountable partitions which willbe provided and installed by the contractor, new LED light fixtures, and wainscot.The second phase of the work will include the renovation of approximately 38,057 usf located onthe ground, first, and fourth floors. All renovation work includes, but is not limited to;mechanical, electrical, plumbing, life?safety, structural, providing and installing DIRTTdemountable partitions or approved equal, structural hardening and blast mitigation at an existingJohnson Street entrance. The Johnson Street entrance also entails support infrastructure for an xrayscreening machine, magnetometer, a security booth, turnstyles, and modifications to existingdoors for a new secured entrance for the U.S. Probation Office. The renovation of the ProbationOffice space includes developing the program for the office space, public waiting rooms,interview rooms, urine testing labs and support restrooms, conference rooms, and defensivetactics/training rooms.The selected offeror will be competitively chosen using Source Selection Procedures inaccordance with FAR Part 15.3. The objective of the Source Selection Process is to select aproposal that represents the best value to the Government. The contract type will be a firm-fixedpriced contract.The period of performance for work related to Phase 1 of the project is anticipated to be 239calendar days after notice to proceed is issued.The period of performance for work related to Phase 2 of the project is anticipated to be 281calendar days after notice to proceed is issued.The magnitude of construction for this project is between $10,000,000 and $20,000,000This requirement will be issued as a Total Small Business Set-Aside in accordance with FAR6.203. The North American Industry Classification System (NAICS) code associated with thisprocurement is 236220, Commercial and Institutional Building Construction, and the SmallBusiness Administration size standard of $39.5 million dollars in annual receipts averaged overthe last three (3) completed fiscal years.GSA anticipates issuing the Request for Proposals on or about December 12, 2019, with receiptof proposals at a minimum of thirty (30) calendar days later. All information, amendments andquestions concerning this solicitation will be electronically posted at the beta.SAM.gov website.No telephone requests will be accepted and no paper copies will be mailed to prospectiveofferors.All offerors are required to have an active registration in the System for Award Management(www.sam.gov) at the time of offer submission.In addition, in order for contractors to have access to Federal space, the contractor will berequired to adhere to the HSPD-12, Directive Clearance Process, in accordance with FAR52.204-9 - Personal Identity Verification of Contractor Personnel (JAN 2011).Place of Performance: Conrad B. Duberstein U.S. Courthouse271 Cadman PlazaBrooklyn, NY 11201Contracting Office Address: GSA, Acquisition Management DivisionOne World Trade Center55th Floor, Room 55W09New York, NY 10007Primary Point of Contact: Douglas TumbrelloContract Specialistdouglas.tumbrello@gsa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/310c01d795644708b26da9d35dd7f29f/view)
 
Place of Performance
Address: 10011, NY 11201, USA
Zip Code: 11201
Country: USA
 
Record
SN05510098-F 20191207/191205230246 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.