The CIT Building is an eight-story structure. The project will address interior work at lobby level, interior work on Floors 2-8 and exterior work at several upper floors. The General Services Administration (GSA) intends to remove and replace all existing fragment retention film at vision glass throughout the upper floors and for vision glass for an approximate 1,000 linear foot reach of the lobby-level. Fragment retention film will be wet-sealed with structural sealant. Select areas of the East, North and West facade will receive additional blast risk mitigation protection via facade upgrades applied from the exterior the building. In several areas, existing spandrel glass will be removed, a new back-up sheet structure will be installed, and new, replacement spandrel glass will be installed. The solicitation includes one contract option for installation of fragment retention film for the four-story pedestrian bridge that connects the CIT building with the Jacob K. Javits Federal Building.
The offeror selected will be required to supply all labor, materials, tools and equipment, and supervision necessary to complete services as required by the Scope of Work under the resultant contract. The work will involve special handling and disposal of hazardous materials. Work must be conducted to avoid disruption to building occupants.
There is expected to be a Pre-Proposal conference and site walk-through on the afternoon of October 30, 2018, commencing at the Jacob K. Javits Federal Building at 2:30 pm with a site visit to One Federal Plaza to conclude by 4:00 pm. The purpose of the conference will be to discuss the project and proposal requirements before the proposal closing date. Please notifyRoxanne Gill at [email protected] if you are interested in attending.
The Estimated Construction Cost for this project is between the range of $1,000,000 and $5,000,000.
The period of performance for this requirement is expected to be 409 calendar days.
This requirement will be issued as a Total Small Business Set Aside in accordance with FAR 6.203. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction and the Small Business Administration size standard of $36.5 million dollars in annual receipts averaged over the last three (3) completed fiscal years.
The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1 - Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR 15.101). This process permits tradeoffs among cost or price and technical factors, and allows the Government to accept other than the lowest priced proposal. For this procurement, the technical evaluation factors when combined will be approximately equal to cost or price.
GSA anticipates issuing the Request for Proposal (RFP) on or about October 19, 2018 with receipt of proposals at a minimum of thirty (30) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted at the FedBizOpps website via http://www.fbo.gov. No telephone requests will be accepted and no paper copies will be mailed to prospective offerors.
Several solicitation documents will be posted as "Locked" packages in the FedBizOpps posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the fbo.gov website, under the "Getting Started" tab.
Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at http://www.fsd.gov.
INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO THIS NOTICE TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS.
DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
Contracting Office Address:
One World Trade Center
54th Floor
New York, New York 10007
United States
Place of Performance:
One Federal Plaza
New York, New York
United States
Primary Point of Contact.:
Roxanne Gill
[email protected]
Phone: 212.264.0675
Secondary Point of Contact:
Sebastian Asaro,
Contracting Officer
[email protected]
Phone: 212.264.2713