SOLICITATION NOTICE
Z -- Stair Tower Upgrade
- Notice Date
- 3/23/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- John F. Kennedy Center for the Performing Arts, Facilities Management Division, Contracting Office, 2700 F Street NW, Washington, District of Columbia, 20566, United States
- ZIP Code
- 20566
- Solicitation Number
- JFK09R00007
- Point of Contact
- Michelle D. Coleman,, Phone: 202-416-7993, Priscilla Chaney,, Phone: 202-416-7924
- E-Mail Address
-
MDCOLEMAN@KENNEDY-CENTER.ORG, PCHANEY@KENNEDY-CENTER.ORG
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS STAIR TOWER UPGRADE The intention of this solicitation is to select a Construction Management (CM) firm to serve as a CM at risk and provide professional management and construction services for the Stair Tower Upgrade Project by means of a firm fixed-price contract. The CM at risk will be a member of the Project Team consisting of representatives of the Kennedy Center, the Architect/Engineer and other consultants. In general, it will be the responsibility of the CM at risk to integrate the design and construction phases, utilizing their skill and knowledge of general contracting to develop schedules, prepare project construction estimates, study labor conditions, perform site investigations, and perform other similar tasks to contribute to the development of the project during the pre-construction/design phase. During the construction phase, the CM at risk will be responsible for construction of the project under the Guaranteed Maximum Price inclusive of all construction services therein. The CM at risk will utilize all labor, material, equipment, supervision, and transportation to execute the work. Forty seven existing stairs within the Kennedy Center were surveyed to determine upgrades to be performed. While not all work items apply to every stair, typical elements of the work include: replacement of existing non-compliant handrails and guards with new code-compliant handrails with proper extensions; installation of new guards at proper heights; enclosure of numerous penetrations into stairwells of conduit and ductwork with protected rated enclosures; sealing and/or fire-stopping existing openings into stairwells providing proper fire separation; provision of proper illuminated LED exit signage; provision of new compliant and energy-efficient lighting; removal of existing battery-powered emergency lighting and provision of compliant emergency lighting on emergency power branch circuits; installation of stair identification and/or way-finding signage; painting a continuous luminescent stripe to follow handrail for length of stair. Kennedy Center operations and programs will continue during the work, requiring maintenance of existing utilities, protection of adjacent properties and detailed work schedules to ensure that work is phased to maintain adequate egress throughout the project. Richter Cornbrooks Gribble Inc. has been contracted for the design services, including construction administration, and will remain contracted directly to the Kennedy Center for the duration of the project. Proposals will be evaluated using the source selection procedures contained in the Request for Proposal (RFP), and award will be based upon the Best Value to the Government. Technical factors are considered more important than price. The Technical Factors to be addressed are: Firms Qualifications and Past Performance, Project Approach, Key Personnel Qualifications and Apprenticeship Program effort. The North American Industry Classification System (NAICS) Code is 236220, Commercial Institutional Building Construction. The Size Standard is $28.5M. The estimated range for this project is between $1.5 Million and $2.5 Million. The estimated time for completion is 12 months at 8 hours per day, Monday through Friday. The estimated solicitation release date is April 3, 2009. The estimated due date for proposals is May 1, 2009. The entire solicitation will be available for viewing and downloading at www.fbo.gov. A pre-proposal site visit is anticipated. The schedule will be provided in the solicitation. In addition to standard mail service, questions may be forwarded via facsimile to Michelle D. Coleman, Contracting Officer, 202-416-7993, or e-mail mdcoleman@kennedy-center.org. Due to security measures, mail receipt may be delayed. TELEPHONE QUESTIONS WILL NOT BE ACCEPTED. For inquiries about the date/time for receipt of proposals or the number of amendments, visit www.fbo.gov. Offerors MUST register in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Pursuant to P.L. 100-656, Small Business Competitiveness Demonstration Program, this solicitation is classified as UNRESTRICTED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbceca7deb32d65b12a8cc0f988cce39&tab=core&_cview=1)
- Place of Performance
- Address: The John F. Kennedy Center for the Performing Arts, 2700 F. St, NW, United States, Washington,, District of Columbia, 20566, United States
- Zip Code: 20566
- Zip Code: 20566
- Record
- SN01775832-W 20090325/090323220206-bbceca7deb32d65b12a8cc0f988cce39 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |