SOURCES SOUGHT
38 -- Design-Build services for a building Core Renovation, Floors 22-28 project at the Jacob K. Javits Federal Building located at 26 Federal Plaza, New York, NY.
- Notice Date
- 3/13/2014
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division Brooklyn/Queens/LI Unit, 225 Cadman Plaza, Room N 150, Brooklyn, New York, 11201, United States
- ZIP Code
- 11201
- Solicitation Number
- GS-02P-14-DTD-0000
- Archive Date
- 4/12/2014
- Point of Contact
- Deborah J Malachi, Fax: 212-264-5088
- E-Mail Address
-
deborah.malachi@gsa.gov
(deborah.malachi@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Design-Build services for a building Core Renovation, Floors 22-28 project at the Jacob K. Javits Federal Building located at 26 Federal Plaza, New York, NY. The applicable North American Industry Classification System (NAICS) code for this project is: 236210 $33.3 Size Standard Classification mil. This Request is for Market Research Purposes Only - not a request for proposals. Large Businesses please do not respond. The General Services Administration (GSA) in New York, NY is attempting to determine if there are any Small Businesses Firms in the following small business classifications qualified to do a Design Build Project for the Federal Bureau Investigation (FBI) Renovation of the Bathrooms. The classified firm shall perform the services described below: Description: The General Services Administration ("GSA") Northeast and Caribbean Region 2 is seeking sources for Design-Build services for a building Core Renovation, Floors 22-28 project at the Jacob K. Javits Federal Building located at 26 Federal Plaza, New York, NY. Anticipated Procurement Requirements - The requirements for this sources sought include Design-Build services for the Core Renovation, Floors 22-28 project at the Jacob K. Javits Federal Building located at 26 Federal Plaza, New York, NY which involves renovation of the restrooms and the adjacent building core areas to include the corridor/lobby finishes, and lighting upgrade. The contractor shall provide all management, supervision, labor, administrative support, materials, supplies, and equipment. The contractor shall plan schedule coordinate and ensure the full, effective, efficient and economical performance. This anticipated procurement will improve the building's energy & water efficiency as well as brining the building core areas up to the finish standard of the existing tenant areas, currently undergoing phased renovation. It is estimated that the procurement's anticipated Design Phase will begin in October 2014. The Architect-Engineer Services requirements includes, but limited to the following: •Ø Professional services of an architectural or engineering nature, as defined by applicable State law, which the State law requires to be performed or approved by a registered architect or engineer •Ø Professional services of an architectural or engineering nature associated with design or construction of real property. Ø Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, and waste reduction, Capacity to accomplish the work in the required time Ø Compliance with all applicable codes and standards such as, but not limited to safety codes, and National Electrical Codes. The Construction requirements include, but are not limited to the following: Ø Complete demolition and new construction for core-area restrooms. Ø Complete demolition and new construction of core-area corridors & lobbies, including lighting upgrade. Ø Coordination with ongoing, separate tenant-area floor-by-floor renovation projects. Ø All Design-Build Contractor personnel subject to GSA and FBI security clearance requirements. The construction price range is between $5,000,000, and $10,000,000. Estimated Performance Period: It is estimated that the procurement's anticipated Design Phase will begin in October 2014. The estimated duration of the Design-Build services for this anticipated procurement is 14 Months (420 days) after the issuance of the Notice to Proceed (NTP). General Instructions: If you are a Small Business Concern and believe that your firm can successfully perform the requirements stated above, please respond via email to Deborah Malachi at deborah.malachi@gsa.gov Please indicate all business classifications for your firm (Small Business, Small Disadvantaged Business, 8(a) Small Business, Woman Owned Small Business, Veteran Owned Small Business, HUB-Zone Small Business, Service Disabled Veteran Owned Small Business). T he brief description of your firm's experience in architectural design, preparation of designs, spec plans, construction documents, specifications should be described in two pages or less. Please also provide your firm's information [name, address, phone number, and CAGE Code]. In order to do business with the Federal Government or prior to award (if any) your firm must be registered with the System for Award Management, access via internet at https://www.sam.gov In addition, in order for a contractor to have access of the fore mention FBI location all contractor applicants will be required to adhere to the HSPD-12 Directive Clearance Process. In accordance with FAR Part Clause 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute an Invitation for Bids or a Request for Proposals, a Solicitation, and a Request for Quote, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor there any discussions or debriefings of any responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bebd4dd87ba2b474efcffdca5b8e79db)
- Place of Performance
- Address: Federal Building located at 26 Federal Plaza, New York, NY 10278, New York, New York, 10278, United States
- Zip Code: 10278
- Zip Code: 10278
- Record
- SN03309969-W 20140315/140313235055-bebd4dd87ba2b474efcffdca5b8e79db (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 |