Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2020 SAM #6799
SOURCES SOUGHT

Z -- Construction Manager as Constructor (CMc) Services for the Alexander Hamilton U.S. Custom House Water Infiltration Remediation Project

Notice Date
7/9/2020 7:55:52 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
47PC0320R0002
 
Response Due
7/28/2020 1:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Jordana Covrigaru, Phone: 2122644462, Douglas Tumbrello, Phone: 9175743499
 
E-Mail Address
jordana.covrigaru@gsa.gov, douglas.tumbrello@gsa.gov
(jordana.covrigaru@gsa.gov, douglas.tumbrello@gsa.gov)
 
Description
THIS 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), Northeast and Caribbean Region is seeking a qualified General Contractor to act in the capacity of a Construction Manager as Constructor (CMc) who can provide full Construction Services for a Water Infiltration Remediation project located at the Alexander Hamilton U.S. Custom House (Custom House), 1 Bowling Green in New York, NY.� The building is listed on the National Register of Historic Places. This work is a major Repair and Alteration project, and will include a two-phase approach to address building deficiencies at the Custom House.� The base work will be performed under Phase I which will mitigate water infiltration issues into the vaults and repair of the structure of the vaults. Heavy flooding during SuperStorm Sandy and other weather events have caused damage to the building structure. Repairs will be made to the lower levels of the building in order to remediate all future water infiltration and repair damaged structural elements and building systems components. Phase II of the project will be included as optional work and will focus on repairs of above grade water infiltration at the windows and skylights, including replacement of the skylight, replacement of the exterior windows with blast windows and repairs to the laylight. The existing windows were installed during the 1980s and have reached the end of their useful life. The windows have deteriorated and have been experiencing water and air infiltration. The CMc contractor 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 single contract for full construction services, as described above. The period of performance for the proposed contract will be for approximately twenty-six (26) weeks for the CMc design assist phase and approximately one�hundred and eighty-eight (188) weeks for the construction phase.� The overall Estimated Construction Cost range for this entire project is between $80,000,000 - $100,000,000. The CMc contractor shall be a member of the project development team during the design and construction phases of the project, working with the Government's selected Architect/Engineer (A/E) and the Government representatives 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 exercises, coordinating with local agencies including but not limited to; New York City� Department of Transportation, New York City Department of Buildings , New York City Department of Parks and Recreation, and the Metropolitan Transportation Authority, conducting constructability reviews, constructing the facility, administering the construction contract and all subcontracts, coordinating construction meetings, Critical Path Method scheduling, monitoring construction costs and performing administrative and other services as defined in the scope of work to provide for a completely functional facility. The CMc contractor must be able to demonstrate experience in historic preservation. If you are an interested general contractor or a firm who has experience acting in the capacity of a CMc 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) structural rehabilitation and/or water infiltration mitigation projects for historic properties completed within the past ten (10) 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 May 26, 2020 to Douglas Tumbrello, Contract Specialist, at douglas.tumbrello@gsa.gov with a copy to Jordana Covrigaru, 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 (SAM) (www.sam.gov) at the time of offer submission.� 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 notice is a Sources Sought Synopsis, 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.� Any future award made in regards to this project is subject to the availability of funds.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37318eb2bd4948b1846bc464d53415ab/view)
 
Place of Performance
Address: New York, NY 10004, USA
Zip Code: 10004
Country: USA
 
Record
SN05716887-F 20200711/200709230145 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.