Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOURCES SOUGHT

Z -- General Contractor for the Department of Veterans Affairs - Veterans Benefits Administration (VBA) Consolidation Project

Notice Date
10/28/2020 8:23:21 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
47PC0321R0003
 
Response Due
11/18/2020 1:00:00 PM
 
Archive Date
12/03/2020
 
Point of Contact
Jordana Covrigaru, Brad R. Edwards
 
E-Mail Address
jordana.covrigaru@gsa.gov, brad.edwards@gsa.gov
(jordana.covrigaru@gsa.gov, brad.edwards@gsa.gov)
 
Description
THIS NOTICE 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 asolicitation or award a contract. The U.S. General Services Administration Public Buildings Service, Northeast and Caribbean�Region (GSA) is seeking a qualified General Contractor (GC) who can provide full construction�services for the Department of Veterans Affairs - Veterans Benefits Administration (VBA)�Consolidation Project at the 201 Varick Street Federal Building located in New York City, New�York. The Federal building is a 12 story Art Deco office building constructed in 1929 and is listed�on the National Historic Registry. The proposed project includes the construction of new office space for VBA, including the�common circulation corridor and common areas on the 4th floor at 201 Varick (approximately�60,000 SF), and will include demolition, abatement and removal of hazardous materials to�prepare the space for construction of a new permanent VBA office. The project will also require�the construction of two new mechanical rooms, including new openings in the building facade�for air intake, installation of new HVAC equipment, decommissioning of the existing mechanical�room, and window replacements. The proposed office support and ancillary spaces include:�technology intermediate distribution frame rooms, a mailroom, training rooms, a pantry and break areas. The buildout will include the construction and installation of walls, ceilings, lighting,�floors, finishes, plumbing, fire protection, electrical system, and IT/AV and electronic security�systems. Tenant agency office relocations and the disposal of existing tenant agency furniture�from current VBA occupied floors also will be required. The GC 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 GC construction contract at a firm-fixed price. This award is�subject to the availability of funds. The period of performance for this project will be approximately twelve (12) months. The�magnitude of construction for this project is between $15,000,000 and $25,000,000. Notice to�Proceed for construction is anticipated to be issued in the Spring 2021. If you are an interested general 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 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) similar high-rise office renovation and interior construction�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. 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 November 18, 2020, to Brad Edwards, GSA Contract Specialist, at brad.edwards@gsa.gov�with a copy to Jordana Covrigaru, GSA 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 (www.sam.gov) at the time of offer submission. 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://beta.sam.gov/opp/2347b216aab24f30b3f7992ada15592c/view)
 
Place of Performance
Address: New York, NY 10014, USA
Zip Code: 10014
Country: USA
 
Record
SN05840434-F 20201030/201028230152 (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.