Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

Z -- Interior Renovations of North Public Lobby, U.S. Post Office and Courthouse, Pittsburgh, PA

Notice Date
3/9/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107, United States
 
ZIP Code
19107
 
Solicitation Number
GS-03P-10-AZ-C-0012
 
Point of Contact
Mark R. Talarico, Phone: 2154464558, James A Morris, Phone: 215 446-4581
 
E-Mail Address
mark.talarico@gsa.gov, jim.morris@gsa.gov
(mark.talarico@gsa.gov, jim.morris@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States General Services Administration (GSA) has a requirement for the selection of a quality contractor to provide interior renovations of the North Public Lobby of the US Post Office and Courthouse in Pittsburgh, PA. The primary project objective is to renovate the North Public Lobby, Elevator Lobby and adjacent Stair and Vestibule with repairs and restoration that will improve the appearance and function of the spaces. Limited interior work at the South Lobby and limited exterior work at the North and South Grant Street Entrances is also included in the project. THIS PROJECT IS TO BE AWARDED AS A FIRM FIXED PRICE CONTRACT. THE PROJECT IS EXPECTED TO BE FUNDED AS PART OF THE ARRA INITIATIVE AND IS SUBJECT TO THE AVAILABILITY OF FUNDING. The project is described as three (3) seperate work packages: Work Package #1; Work Package #2; Work Package #3. The Government may exercise work under individual Work Packages separately or concurrently. Work Package #1 is expected to include but may not be limited to the following work at the North Lobby and Entrances: a. Removal of 5 sets of aluminum entrance doors and frames and associated vestibules. b. Installation and modification of owner-provided bronze balanced entrance doors and frames including structural support-5 locations:Accessible entrance, 2 sets at exterior of main entrance vestibules, 2 sets at interior of main entrance vestibles. c. Construction of entrance vestibules including building insulation and lighting. d. Replacement and finishing of revolving doorincluding salvaged hardware, newlighting and associated demolition at slab above door. Door to include manual security functions. e. Systematic dismantling, salvage, restoration and reinstallation of bronze clamshell doors. f. Restoration of bronze entrance surrounds, revolving door enclosure, exterior conrner guards and exterior transom panel. g.Disassemble, salvage and reinstallation of stone and bronze grilles at interior lobby facade of entrances. h.Restoration and cleaning of exterior stone at North Entrance. i. Provision of supplemental lighting for lobby at top of entrance vestibule. j.Restoration of lobby clock mechanism with a central clock system. k. Provision of pathways for Owner installed security devices. Work Package #2 is expected to include but may not be limited to the following work at the North Lobby: a. Cleaning and restoration of all stone wall surfaces in Main Lobby, Elevator Lobby and Stair #1 up to thrid landing. b. Regrouting of 100% of joints at stone walls. c. Cleaning and restoration of all stone floor surfaces in Main Lobby, Elevator Lobby and Stair #1 up to thrid floor landing. d. Regrouting of 100% of joints at stone walls. e. Refinishing of all interior bronze surfaces including: grilles, main directory, individual bronze letters and eagle on east wall above directory, elevator hoistway doors and frames, exit door from Stair #4, devices, call buttons, etc., handrails at Stair #1, numbers and hands at clock. f. Cleaning of both surfaces of original windows and interior storm windows (total 4 surfaces) at main lobby windows and continuation of arched window opening at second floor. Include washing of metal window framing. g. Removal of south infill wall at Stair #1. Patch and repair damage at stone. h.Restoration of bronze door, including replication and replacement of hardware and elimination of door sag. i. Replacement of fire door and hardware, including applied wood trim. j. Restoration and repainting of plaster ceilings. k.Removal of all existing surface mounted wireways, conduits, non-original lighting, etc. l.Provision of all concealed new wireing and pathways for new electrical and security devices. m. Provision of new light fixture. n. Restoration and re-lamping of historic light fixtures. o.Cleaning of all existing supply air and return air ductwork and plenums, including repair of damaged ductwork. p. cleaning and refurbishment of the existing air-handling unit including replacement of thermostats and provision of new control interface with existing building management system. q. Provision of sidewall sprinkler at elevator lobby. Work Package #3 is expected to include but may not be limited to the following work at the South Lobby: a. Replacement and finishing of revolving door including salvaged hardware and new lighting. b. Systematic dismantling, salvage, restoration and reinstallation of bronze clamshell doors. c. Restoration of bronze and stone entrance surrounds and revolving door enclosure. d. Refinishing of doors, frames and surrounds at exterior of two existing balanced doors at main entrance and at exisiting balanced door and frame at accessible entrance. e. Restoration and cleaning of exterior stone at South Entrance. f. Restoration of lobby clock mechanism and connection to central clock system installed in Package #1. The period of performance for this project is approximately? The estimated cost of the project is between $500,000.00 and $1,600,000.00. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as Identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirments. Accordingly, award may be made without discussions and will be made using best value, source selection procedures incorporating tradeoofs between price-related and non-price related factors. The evaluation factors for the evaluation process will be 1. Price; 2. Past Performance. This procurement is being solicited as Unrestricted in accordance with the Small Business Competitiveness Demonstration Program. The NAICS code applicable to this project is 236220. This annoucement also constitutes the synopsis of the pre-invitation notice. A Pre-Proposal Conference will be held at the US Post Office and Courthouse, Pittsburgh, PA at a date to be determined. Prior notification of attendance to this conference is mandatory due to building security. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov and follow the procedures for notification registration, interested parties/how to offer. The Solicitation will only be avialble electronically. It is anticipated the Solicitation will be made available on March 25, 2010 and proposals will be due April 26, 2010. The Soliciation will only be available on the FedBizopps website to safe guard sensitive but unclassified (SBU) aquisition materials. Potential offerors must register on the FedBizOpps website to have access to the materials. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MOIN). Solicitation Number GS-03P-10-AZ-C-0012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-10-AZ-C-0012/listing.html)
 
Place of Performance
Address: U.S. Post Office and Courthouse, Seventh and Grant Street, Pittsburgh, Pennsylvania, 15219, United States
Zip Code: 15219
 
Record
SN02087376-W 20100311/100309235302-b8bf558ea5a881e8a77fdfb9217c16e1 (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 |
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.