SOURCES SOUGHT
Y -- R2 Broadway Plaza Reconstruction and Roof Repair Project
- Notice Date
- 1/29/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R2 Acquisition Management Division Operations Branch C (47PC03), One World Trade Center, 55th Floor, New York, New York, 10007, United States
- ZIP Code
- 10007
- Solicitation Number
- R2BroadwayPlazaReconstruction
- Archive Date
- 2/24/2018
- Point of Contact
- Brad R. Edwards,
- E-Mail Address
-
brad.edwards@gsa.gov
(brad.edwards@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATIONAL PURPOSES ONLY. The General Services Administration (GSA), Northeast and Caribbean Region announces an opportunity for Construction Excellence for the Broadway Plaza Reconstruction and Roof Replacement Project located at the Jacob K. Javits Federal Building, 26 Federal Plaza, New York, NY. This is a major Repair and Alteration project which involves immediate repair to the structure in order to fix extensive damage caused by water infiltration, along with the removal and replacement of the existing plaza surfaces to expose and then repair/waterproof the structure below. Furthermore, there will be new roofing system installation on floors 42, 43 and 44 of the building. GSA is seeking General Contractors to act in the capacity of Construction Manager as Constructor (CMc) who can provide full Construction Services for this project 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 NAICS Code 236220 (Commercial and Institutional Building Construction) and FSC/PSC Code Y1AZ. The GSA anticipates the award of a single contract for CMc Services. The period of performance for the proposed contract will be for an approximately three (3) year period. The estimated maximum contract value for the resulting contract awarded is $55,000,000.00 - $65,000,000.00. The CMc contractor shall be a member of the project development team during the design and construction phases of the project, working with the A/E and the Government to ensure a quality project, within the mandated schedule and budget. The CMc contractor will perform services including, but not limited to: evaluating design concepts, monitoring A/E progress, coordinating design reviews, reviewing designs, reviewing and preparing cost estimates, controlling schedules, keeping records, reporting on design and construction progress, conducting Value Engineering (VE) exercises, conducting constructability reviews, constructing the facility at or below the Guaranteed Maximum Price (GMP), administering the construction contract and all subcontracts, coordinating construction meetings, CPM scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. Interested parties are invited to submit a Capability Statement to assist the Government with market research and acquisition strategy planning (5-page limit). At a minimum the capability statement should include: 1) Name of your company, DUNS, address, point of contact with phone number and email address. 2) Business size for the assigned NAICS code. 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, Small Women-Owned Business, etc. 3) Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least (3) projects, customer names and phone numbers, timeliness of performance, and dollar values of the projects. 4) Describe your company's bonding capability. 5) If company is/will be part of a joint venture, state names of joint venture members and their business size(s). Please submit capability statements by no later than February 9, 2018 at 4:00 PM EST, to Brad Edwards, Contract Specialist, at brad.edwards@gsa.gov. Note: The information provided in response to this announcement is strictly for informational purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist and any future award made in regards to this project is subject to the availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e31ea49ff5ed3376a20c48905a73edce)
- Place of Performance
- Address: Jacob K. Javits Federal Building, 26 Federal Plaza, New York, New York, 10278, United States
- Zip Code: 10278
- Zip Code: 10278
- Record
- SN04803213-W 20180131/180129231446-e31ea49ff5ed3376a20c48905a73edce (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 |