SOURCES SOUGHT
Z -- General Construction services for swing space construction at the Jacob K. Javits Federal Building (Javits) located at 26 Federal Plaza in New York City, New York.
- Notice Date
- 10/15/2020 6:49:16 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 OPERATIONS BRANCH C NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0321R0001
- Response Due
- 11/5/2020 1:00:00 PM
- Archive Date
- 11/20/2020
- Point of Contact
- Jordana Covrigaru, Lisa Zalar
- E-Mail Address
-
jordana.covrigaru@gsa.gov, lisa.zalar@gsa.gov
(jordana.covrigaru@gsa.gov, lisa.zalar@gsa.gov)
- Description
- THIS NOTICE IS A SOURCES SOUGHT SYNOPSIS ONLY. This notice 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 U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking a qualified General Contractor (GC) who can provide full construction services for swing space construction at the Jacob K. Javits Federal Building (Javits) located at 26 Federal Plaza in New York City, New York.� This project is part of a Major Modernization at the Silvio V. Mollo Federal Building (Mollo) located in downtown New York City, which will be executed in three phases. Phase I is for the swing space construction at Javits, which is required so tenants can vacate the existing Mollo facility during construction (Phase II). The swing space will be constructed on two floors in Javits to accommodate the U.S. Department of Justice � Attorney�s Office (USAO) for the Southern District of New York during the renovation of Mollo. This Notice is advertised for the Javits GC swing space construction only (Phase I). This Javits project (Phase I) will include demolition, abatement and removal of all asbestos containing materials and other hazardous materials on two floors (approximately 92,000 SF) to prepare space for construction of new permanent space for a portion of the USAO at Javits. In addition, the project involves removal and replacement of all non-asbestos spray-on fireproofing, and buildout of new interior space on the 37th and 38th floors at Javits to house the USAO during the renovation of Mollo. The buildout shall include replacement of walls, ceilings, lighting, floors and finishes, as well as replacement of individual floor HVAC air and water-side distribution systems (including the replacement of the perimeter induction units) as well as associated HVAC controls. The work shall also include the repair and /or replacement of plumbing, fire protection, electrical systems as well as construction of customer required infrastructure for IT, AV and electronic security systems.� The GC will be selected through a procurement method developed in accordance with FAR Part 15.1 � Source Selection Processes and Techniques. The Government must ensure that there is adequate capability, experience and competition among the potential pool of responsible contractors.� This procurement will be conducted under North American Industry Classification System (NAICS) Code 236220--Commercial and Institutional Building Construction. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $39,500,000.� GSA anticipates the award of a GC contract at a firm-fixed price. This award is subject to the availability of funds. The period of performance for the Javits construction Phase I will be approximately twelve (12) months. The magnitude of construction for this project is between $35,000,000 and $45,000,000. �Notice to Proceed for construction is anticipated to be issued in the Spring 2022.� If you are an interested general contractor, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following information (five page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm�s capability to perform this project.� 1) Name of your company, DUNS (www.dnb.com), address, point of contact with phone number and email address. 2) Business size for the assigned NAICS code, which can be located at the Small Business Administration (SBA) website; www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business. 3) Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least three (3) similar high-rise office renovation and interior construction projects of similar size and complexity completed within the past six (6) years, including project delivery method utilized for each project, customer names and phone numbers, timeliness of performance, and dollar values of the projects. 4) State your company's bonding capability. 5) If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each. Submission Instructions: Please submit your company�s Capability Statement by 4:00pm EST on November 5, 2020 to Lisa Zalar, GSA Contract Specialist, at lisa.zalar@gsa.gov with a copy to Jordana Covrigaru, GSA Contracting Officer, at jordana.covrigaru@gsa.gov. All responses must be submitted via email. No paper submissions will be accepted. For informational purposes: All offerors are required to have an active registration in the System for Award Management (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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/10feb6ce193d4068965d418f09fa8513/view)
- Place of Performance
- Address: New York, NY 10278, USA
- Zip Code: 10278
- Country: USA
- Zip Code: 10278
- Record
- SN05829136-F 20201017/201015230142 (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 |