SOLICITATION NOTICE
Z -- Interior Alterations and Fire Alarm
- Notice Date
- 5/11/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Branch Service Centers Division (1PSA), 10 Causeway St., Bosotn, MA 02222, Boston, Massachusetts, 02222, United States
- ZIP Code
- 02222
- Solicitation Number
- Cotter_IRS_Construction
- Archive Date
- 6/1/2016
- Point of Contact
- Ryan Colgan, Phone: 6175650577
- E-Mail Address
-
ryan.colgan@gsa.gov
(ryan.colgan@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice for a design/ build project for upgrades to the fire alarm system at Cotter Federal Building and for the construction project entitled IRS Consolidation project in the Cotter Federal Building at 135 High Street, Hartford, CT, 06103. The Design/Build Contractor for the Fire Alarm System shall coordinate its work with Consolidation Project. The William R. Cotter Federal Building is located in downtown Hartford, CT, near the intersection of major interstate highways I-91 and I-84. The classically styled Art Deco masonry and steel building was constructed in 1931-1933, during the earliest wave of public building construction initiated as a response to the Great Depression. The building features excellent examples of depression era art and architecture in its original interior wall murals and marble wainscoting, and exterior limestone statuary and bas-relief detail. Interior spaces are richly ornamented. A principal corridor on the first floor connects two main lobbies. The lobbies and corridor have their original black terrazzo flooring inlaid with decorative borders and patterns. The corridor contains original, Art Deco-style, interior finishes. Each end of the corridor floor is inset with a brass-and-terrazzo panel with an envelope motif. Pairs of engaged black marble columns with aluminum ribs and stylized Doric capitals flank two murals at each end of the corridor. Two original stairs are adjacent to the two first-floor elevator lobbies and are comprised of black soapstone treads and a decorative, aluminum railing. The Design-build contract for upgrading the building's fire alarm system shall include a new fire alarm control panel and the appropriate associated field fire alarm components so that a fully-functional fire alarm system is provided which is in compliance with current applicable regulations and standards. This construction for the consolidation project is a renovation of approximately 29,000 usf of Internal Revenue Service (IRS) space located on the first floor of the Cotter Federal Building. The IRS currently occupies approximately 42,000 usf of space on the north side of the principal corridor on the first floor. The project will include the renovation of all staff office space, an upgrade of staff support areas, and they require a temporary Taxpayer Assistance Center (TAC) and TAC offices to be built. The contractor will need to follow phasing of this project, as the project area will be occupied and in full operation during construction. Plans should be formulated addressing elevator use, noise, communication with building tenants, after hours work, deliveries, demolition disposal, and any other issues which may be seen to impact the IRS and other agencies. IRS will not be able to relocate staff from its TAC offices during Tax Season, do to this requirement the temporary TAC has a requirement to be completed by November 10th, 2016 allowing for relocation over Veterans Day and the weekend. This contractor will need to coordinate with IRS and GSA furniture vendors. The contract performance period for this work is approximately 450 calendar days from issuance of the Notice to Proceed with an anticipated project start date of Fall 2016. The General Services Administration strongly encourages participation by small businesses and the related socioeconomic categories of small disadvantaged, women-owned, service disabled veteran-owned and HUBZone businesses. The appropriate NAICS Code is 236220 with a small business size standard of $33.5 million dollars. Estimated magnitude of construction, per FAR 36.204 - Disclosure of the Magnitude of Construction Projects, is between $1,000,000 and $5,000,000. All individuals working on this project will be required to obtain security clearances. The approach to source selection for this procurement represents the best value to the government in accordance with price and technical evaluation factors and not necessarily the lowest price. The solicitation will require offerors to submit technical and price proposals. Offers will be evaluated on technical capability and price, with technical quality being approximately equal to price. Tentative Evaluation Factors are listed in descending order of importance: 1. Past Performance, 2. Project Team, 3. Past Experience This is a negotiated procurement and there will NOT be a public bid opening. The solicitation, agreement, specifications, drawings and other applicable documents will be available on or about May 23rd, 2016 for electronic download from the Federal Business Opportunities website at www.fedbizops.gov at no additional charge. Contractors are responsible for printing the solicitation and all related documents. It is the Offeror's responsibility to monitor the site at www.fbo.gov. for the release of any amendments and/or other notifications of any changes to this solicitation (i.e. any amendments). The Government reserves the right to cancel this solicitation. A bid guarantee is required and the offerors must provide Performance and Payment Bonds prior to award. Offerors shall submit both written technical and price proposals. The solicitation will provide a date, time and location for the Pre-proposal Conference, as well as information pertaining to proposal submission. CONTRACTORS ARE REQUIRED TO REGISTER WITH THE System for Award Management (SAM)) at http:// www.sam.gov prior to Award. Should there be any questions, please contact Ryan Colgan, Contract Specialist, at 617-565-5077 or via e-mail at ryan.colgan@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/Cotter_IRS_Construction/listing.html)
- Place of Performance
- Address: 135 High Street, Hartford, Connecticut, 06103, United States
- Zip Code: 06103
- Zip Code: 06103
- Record
- SN04113789-W 20160513/160511234926-7ac27597cf02bf7840eae9c06df39acf (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 |