Search Contract Opportunities

(ICE-HSI) Backfill Project   4

ID: 47PC0321R0012 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

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 a solicitation or award a contract.

The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking a qualified General Contractor (GC) who can provide full construction services for the Department of Homeland Security, Immigration and Customs Enforcement-Homeland Security Investigations (ICE-HSI) Backfill Project at the Federal Office Building (Building) located at 201 Varick Street in New York, NY.

GSA intends to renovate space within the existing building for the ICE-HSI. The project site is at an existing Federal building situated on a full urban city block. The building is a 12-story Art Deco office building with over 1 million square feet, each of the floor plates being approximately 80,000 square feet. The building is listed on the National Register of Historic Places. This designation is for the exterior envelope of the building.

ICE-HSI is currently housed in a leased location. The proposed project will build out approximately 147,000 usable square feet of space on multiple floors in the building. Restacking of the building is necessary to allow for a separate entrance for secure vehicle access for ICE-HSI occupancy in contiguous space, along with separate secure internal vertical transportation.The requirement of the project is to have ICE-HSI relocate to 201 Varick Street prior to lease expiration in December 2023. The Architect-Engineer, Construction Manager as Advisor and GC will work together to ensure that this requirement is met.

The project is currently in the design phase. The project scope includes, but is not limited to; all work to construct the ICE-HSI tenant space, and building common areas including corridors on floors to be occupied by ICE-HSI. The GC shall provide any and all construction services, labor and materials necessary to provide a complete project as described in the Construction Documents. The GC is responsible for a full build out utilizing all disciplines that may be required including, but not limited to, all new mechanical systems, electrical, plumbing, fire safety, and all specialty equipment including a Sensitive Compartmented Information Facility , roof-top generators, escalators and elevators.

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 contract at a firm-fixed price. This award is subject to the availability of funds.

The period of performance for the ICE-HSI Backfill Project will be approximately fifteen (15) months. The magnitude of construction for this project is between $65,000,000 and $75,000,000. Notice to Proceed for construction is anticipated to be issued in early June 2022.

If you are an interested GC, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following information (five (5) 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, Veteran-Owned 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 office renovation and building infrastructure 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 local time (New York City) on August 13, 2021, to Edmund Barfour, GSA Contract Specialist, at edmund.barfour@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.

Overview

Response Deadline
Aug. 13, 2021, 4:00 p.m. EDT Past Due
Posted
July 7, 2021, 1:42 p.m. EDT (updated: March 9, 2022, 3:32 p.m. EST)
Set Aside
None
Place of Performance
New York, NY 10014 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
On 7/7/21 PBS Region 2: Northeast and Caribbean Region issued Sources Sought 47PC0321R0012 for (ICE-HSI) Backfill Project due 8/13/21. The opportunity was issued full & open with NAICS 236220 and PSC Z2AA.
Primary Contact
Name
Edmund Barfour CS   Profile
Phone
(315) 751-6205

Secondary Contact

Name
Jordana Covrigaru CO   Profile
Phone
(212) 264-4462

Documents

Posted documents for Sources Sought 47PC0321R0012

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 47PC0321R0012

Award Notifications

Agency published notification of awards for Sources Sought 47PC0321R0012

Contract Awards

Prime contracts awarded through Sources Sought 47PC0321R0012

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 47PC0321R0012

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 47PC0321R0012

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R2 CAPITAL CONSTRUCTION BRANCH
FPDS Organization Code
4740-DT000
Source Organization Code
100167219
Last Updated
March 9, 2022
Last Updated By
deborah.malachi@gsa.gov
Archive Date
March 9, 2022