Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2004 FBO #1124
SOURCES SOUGHT

Z -- Richard Bolling Federal Building Phase II Renovation

Notice Date
12/22/2004
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
 
ZIP Code
64131
 
Solicitation Number
IMO25450
 
Response Due
1/5/2005
 
Point of Contact
Sharon Clisso, Contract Specialist, Phone (816) 823-2319, Fax (816) 926-3571, - Sharon Clisso, Contract Specialist, Phone (816) 823-2319, Fax (816) 926-3571,
 
E-Mail Address
sharon.clisso@gsa.gov, sharon.clisso@gsa.gov
 
Description
This is a Sources Sought Synopsis. The United States General Services Administration seeks potential SMALL BUSINESS sources for a proposed government acquisition for the second phase of a four-phased construction renovation of an 18-story office building. The anticipated North American Industries Classification System (NAICS) code is 236220 and the small business size standard is $28.5 M. Approximately 188,000 gross square feet of the 1.2 million gross square foot building would be renovated in this project. Estimated award range would be $20,000,000 to $30,000,000. Completion time would be 19 months from receipt of Notice to Proceed, to be issued on or about June 30, 2005. There is no solicitation available at this time. Requests for a solicitation will not receive a response. This project would be limited to floors 11 through 14; miscellaneous lobby work on floors 15, 16 and 18; and stairway tower upgrades on floors 11 through 18. The building will be fully occupied during construction, except that floors 13 and 14 will be initially vacant. Thereafter, when the 14th floor is completed, the 12th floor tenant will move to 14, the 11th floor tenant will move to 13, the 10th floor tenant will move to 12, and finally the 9th floor tenant will move to 11. There will be separately phased substantial completion dates for each floor and liquidated damages assessed if those dates are not met. Base Bid contract work includes demolition, asbestos and lead paint abatement; and building shell work including complete lobby and restroom renovations, terrazzo and tile floors and base, wood paneling, ceilings, lighting, mechanical distribution above ceilings, new electrical panels, and signage and graphics. Option Bid work consists of tenant improvements including new drywall partitions, new doors, frames and hardware, paint, plaster, vinyl wall covering, carpeting and vinyl base, casework, tenant power distribution and data drops; meeting certification standards to qualify for a LEED Certified rating; stairway egress improvements and infrastructure for future stair pressurization from floors 11-18; and Building Automation System work. Any contractor or subcontractor performing asbestos abatement shall satisfy special competencies and provide bodily injury liability insurance written on the comprehensive form of policy of at least $1,000,000 per occurrence. Such coverage must encompass liabilities arising from work with the hazardous materials involved. The Government will not indemnify against such risk. Construction work that is disruptive to the tenants and building operations must be completed outside of normal business hours. This contract would be restricted and limited to SMALL BUSINESS general contractors who can demonstrate through a combination of three (3) submitted projects that they can successfully complete work on the proposed project. Experience must show work on similar projects. “Similar” is defined as a 100,000 SF interior renovation of an office building or other building with a high level of interior finishes and complexity. At least one of these projects shall have renovated a minimum of 200,000 SF, at least one project shall have been performed in an otherwise fully occupied high-rise building, and at least one shall have had as a major component the abatement of a minimum of 100,000 SF of sprayed-on asbestos. Furthermore, general contractors must have the following subcontractors on their team who meet these minimum qualifications: 1) A hazardous material abatement subcontractor who can demonstrate through a submitted project that the firm has successfully abated a minimum 100,000 SF of sprayed-on asbestos in an otherwise fully occupied building; and whose on-site supervisors proposed for this project have a minimum of six months supervisory experience in abatement projects, four years overall on-the-job experience in asbestos abatement, and possess the Supervisor/Missouri State Certificate for Asbestos Related Occupations and their most recent required refresher training certificate and certification of English speaking capability; and 2) a data wiring subcontractor whose on-site supervisor proposed for this project has been certified by Building Industry Consulting Services International, Inc. (BICSI) and has a minimum of two years overall on-the-job experience in data wiring. If you are a SMALL BUSINESS general contractor capable of performing aforementioned work and possess the aforementioned experience/requirements, please include the name and address of your firm, self-certification of your small business status as defined above, and a point of contact with name, title, phone, fax, and e-mail. Also, please submit a capabilities statement indicating your interest and ability to meet the aforementioned requirements, and your experience and familiarity with the previously mentioned items. Include past performance references of organizations for which you have accomplished similar projects. Please include contract number, delivery method, types of contracts, points of contact to include names and phone number of clients. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Federal Business Opportunities, www.fedbizopps.gov, will be the primary source of information for this acquisition. Please submit responses, questions, and/or comments to this sources sought synopsis not later than January 5, 2005 to Sharon Clisso, Contract Specialist, U.S. General Services Administration, Public Buildings Service (PBS), Property Development Division (6PCA), 1500 East Bannister Road, Kansas City, MO 64131, phone (816)823-2319, fax (816) 926-3571, Email sharon.clisso@gsa.gov. This Sources Sought Synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-DEC-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/6PCA/IMO25450/listing.html)
 
Place of Performance
Address: Richard Bolling Federal Building, 601 East 12th Street, Kansas City, MO
Zip Code: 64105
Country: USA
 
Record
SN00725545-F 20041224/041222213033 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.