Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1996 PSA#1523

GENERAL SERVICES ADMINISTRATION, PBS,,Contracts Branch (2PCB),26 Federal Pla za, Rm 1639,NEW YORK,NY 10278-0090

R -- PROGRAM MANAGEMENT SERVICES SOL GS-02P-96-DTC-0018 DUE 030696 POC Contact,Irina Kleyman,212/264-7385,Contracting Officer,Joan Betts,212/264-9 486 The General Services Administration (GSA, Northeast and Caribbean Region, New York) announces an opportunity for Program Management Services for the development and delivery of the Brooklyn Court Project, located in downtown Brooklyn, New York, encompassing the redevelopment of two Government owned sites. The project involves renovation/adaptive reuse of the General Post Office (GPO) building located at 271 Cadman Plaza, demolition of the Emmanuel Cellar Federal Office Building located at 225 Cadman Plaza, construction of a new US Courthouse on this site, and modernization of the existing courthouse, which is also located at 225 Cadman Plaza. The scope of work for this project includes scheduling, budget control, management plan, integration of data from the three above described projects, presentations to various review boards, coordination between GSA and tenant agencies; Design Review and (Optional) Construction Management Services for the GPO. Asbestos abatement, lead paint abatement, and possible PCB (light ballasts) abatement, is necessary to accomplish the scope of work of this project. Estimated construction cost range is $280,000,000 to $300,000,000. Project Number: NNY92411. Consideration is limited to firms having an active office located within the five boroughs of New York City (Manhattan, Queens, Brooklyn, Bronx, and Staten Island). Respondents will be considered and evaluated based upon a demonstrated ability to provide a quality program management effort and capacity to follow through on all phases of the project. Responses must include a GSA Form SF-254 for both the primary firm as well as for all consultants and a composite GSA Form-255 for the proposed team. Additional information specifically responding to the selection factors below and relevant photographic or graphic examples will be permitted. A complete scope of work may be obtained from Ms. Irina Kleyman, Contract Specialist, at the General Services Administration, Public Buildings Service, Fee Developer Division, Contracts Branch, 26 Federal Plaza, Room 1639, New York, NY. A pre-submittal meeting will be held. Further details on this meeting will be published shortly. For further information, contact Irina Kleyman at (212) 264-7385. Selection will be based solely upon evaluation of the following for the program management firm: Program Management Experience - (45%). Budget management/cost control, master planning/scheduling/cost estimating, construction inspection/construction management, quality control, negotiation, mediation, and partnering, code and contract compliance, design and construction service procurement, Value Engineering, lease acquisition, client communication, customer surveys, and community outreach; Management/Organization - (30%) - Management plan, quality and schedule controls, computer systems and office facilities, availability and commitment of key personnel, roles of key personnel, and organization chart; Project Review Experience-(25%) Architectural, Handicapped Accessibility, Electrical, Mechanical, Structural, Energy Conservation, Fire and Life Safety, Historic Preservation, Work for Government Agencies, and Knowledge of Government Standards, local and national codes. Following initial screening of qualificaitons and performance data, approximately five firms will be short listed for interviews and evaluation of their entire project team. From the interviewed short listed firms, selection will be made, the result of which will be published. This procurement is issued under the Small Business Competitiveness Demonstration Program. This procurement is open to both large and small business concerns. Before award of the contract, the PgM (if not a small business of $3,500,000 gross average sales receipts for the past three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established subcontracting goals of 32 percent for Small Businesses, 6 percent for Small Disadvantaged Businesses, and 3 percent for Small Woman-Owned Businesses. In support of the agency's efforts, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. Firms must also provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged and Small Woman-Owned firms. The narrative shall not exceed one typewritten page. An acceptable subcontracting plan must be agreed to before contract award. Small, Small Disadvantaged and Small Woman-Owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businessis. All interested large business firms are reminded that the successful firms will be expected to place subcontracts to the maximum practical extent possible with Small, Small Disadvantaged, and Small Woman-Owned firms as part of their ORIGINAL SUBMITTED TEAMS. A draft contract will be furnished to all firms being interviewed. The PgM firm selected will be required to furnish to the Contracting Officer preliminary salary and overhead rate(s) whithin 14 calendar days of notification. PgM firms having the capability to perform the services described in this announcement are invited to respond by submitting completed SF-254's, which must be dated no more than twelve months before the date of this synopsis, and an SF-255 along with a letter of interest. Please Note: In Block 8 of the 254 specify only current payroll (non-contract) personnel of each firm. In Block 10 of the 255, the PgM firm MUST respond to the THREE EVALUATION CRITERIA stated in the CBD announcement for this solicitation. In Block of the SF-255, the PgM firm MUST sign (name & title), and date of submittal. Submissions shall be delivered to General Services Administration, Program Support Division, 26 Federal Plaza, Room 18-130, New York, NY, by March 6, 1996, by 4:30 P.M. local time. The following information MUST be on the outside of the sealed envelope: 1) Solicitation No.: GS-02P-96-DTC-0018(N)/Title: Program Management Services for Brooklyn Court Project, Brooklyn, New York, 2) Due Date: March 6, 1996, 3) Closing Time: 4:30 P.M. SUBMISSIONS DELIVERED TO ISSUING OFFICE WILL NOT BE ACCEPTED. Submissions received after 4:30 P.M. will be considered late and will be rejected. Award of this contract is contingent upon funding approval. This IS NOT a Request For Proposal. (0031)

Loren Data Corp. http://www.ld.com (SYN# 0042 19960201\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page