SOURCES SOUGHT
99 -- Design and construction services for Barrier Replacements at the Theodore Roosevelt Federal Courthouse (Roosevelt CH).
- Notice Date
- 1/11/2022 7:15:51 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0322R0005
- Response Due
- 1/31/2022 12:00:00 PM
- Point of Contact
- Winnie Eng, Phone: 2122642575, Erik Lemons, Phone: 3474434563
- E-Mail Address
-
winnie.eng@gsa.gov, Erik.Lemons@gsa.gov
(winnie.eng@gsa.gov, Erik.Lemons@gsa.gov)
- Description
- THIS NOTICE IS A SOURCES SOUGHT NOTICE 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. Information received will be used to determine the availability of responsible firms that would be interested in submitting proposals in response to the anticipated solicitation. The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking experienced� companies interested in providing design and construction services using the Design/Build method for Barrier Replacements at the Theodore Roosevelt Federal Courthouse (Roosevelt CH).� The building is located at 225 Cadman Plaza East, Brooklyn, NY 11201. The construction will impact the exterior of the building located in a high traffic area.� The work will provide six (6) new and six (6) redundant barriers at four (4) security posts surrounding the building. The work includes design and construction scope to include the following: Removal and Disposal of existing wedge barriers and corresponding equipment Repaving and associated markings and signage as needed New M50 Security Barriers and their components New controls and associated wiring New Bollards Verify that no hazard materials (hydraulic fluid is considered HAZMAT) have leaked and contaminated the ground.� If so, provide proper remediation.� The resultant contract may include the following alternates, to be exercised at the Government�s discretion: Add Alternate� 1:� Water Infiltration and Sidewalk Remediation at the Guard booth and Barrier Post located in the corner of Red Cross Place and Cadman Plaza East. Add Alternate� 2:� Replacement of four (4) guard booths. Add Alternate� 3:� Road Repair at Adams Street.� The work will affect approximately 400SF to demo and repair voids on the sidewalk, curb and roadway determined to have been caused by existing loose fill. The mission of the Courts and the US Marshals (USMS) operate 24/7, 365 days a year, so closures and disruptive work, even after hours or on weekends, needs to be coordinated. Hence, the Contractor will need to submit a proposed schedule and gain GSA�s approval at least 48 hours before proceeding with any work on site.� Noise control restrictions also apply to working in this area due to the operations of the court as well as community requirements.�� One Post will be completed at a time due to the impact of taking multiple security posts out of service while work is performed.� Additionally, one of the guard posts provides access to the New York City Office of Emergency Management (NYC OEM) that will require additional coordination efforts.� The guard post providing entry to the building garage is located off of the exit from the Brooklyn Bridge.� This particular location will require extensive coordination with the USMS and the City of New York to prevent severe traffic disruptions as well as maintain access to the parking garage. The Design/Build contracting method is being contemplated for this project. Source selection will be in accordance with FAR Part 15.1 � Source Selection Processes and Techniques. GSA anticipates awarding a firm-fixed price contract.� The Estimated Construction Cost Range for this project is between $5,000,000 to $10,000,000.� The estimated period of performance is 448 calendar days after issuance of the Notice to Proceed. 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. Under this Sources Sought announcement, the Government is seeking information on firms experienced with the Design/Build method of construction delivery and the installation of security barriers that are interested in this project. This information is intended to assist the Government with its market research and development of its acquisition strategy. Interested firms are invited to submit a written Letter of Interest that includes a Capability Statement addressing the following. 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. Name of your company, DUNS (www.dnb.com), address, point of contact with phone number and email address. Business size for the assigned NAICS code, which can be located at the Small Business Administration 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. Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least three (3) similar security 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. Provide your company's bonding capacity. The information submitted should demonstrate your firm's experience: as a design build construction contractor with multi-phased construction allowing for continued operation/thoroughfare at and around the construction site the installation of security and access control systems in maintaining a construction schedule and budget. working during off-hours Submission Instructions: ?Please submit Letters of Interest along with the capability statements by 3:00PM EST on January 31, 2022 to Erik Lemons, Contract Specialist at Erik.Lemons@gsa.gov with a cc to� Winnie Eng, Contracting Officer at Winnie.Eng@gsa.gov?. No feedback or evaluations will be provided to firms regarding submissions. No paper submissions will be accepted. 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://sam.gov/opp/5619615047294b36be78816050f97693/view)
- Place of Performance
- Address: Brooklyn, NY 11201, USA
- Zip Code: 11201
- Country: USA
- Zip Code: 11201
- Record
- SN06215213-F 20220113/220111230114 (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 |