SOURCES SOUGHT
Z -- Hammond West Terrace Water Proofing
- Notice Date
- 3/9/2020 1:02:21 PM
- Notice Type
- Sources Sought
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- PBS R5 CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- SSIN0300ZZ
- Response Due
- 3/27/2020 1:00:00 PM
- Archive Date
- 04/11/2020
- Point of Contact
- Jennifer Dunne, Phone: 3123538796, Johanna Nieves, Phone: 3123537659
- E-Mail Address
-
jennifer.dunne@gsa.gov, johanna.nieves@gsa.gov
(jennifer.dunne@gsa.gov, johanna.nieves@gsa.gov)
- Description
- THIS IS A SOURCE SOUGHT NOTICE ONLY.� This is not a Request for Proposal. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is strictly market research to determine availability�and adequacy of potential sources with the capabilities and experience to perform the required work. The Government is not obligated to and will not pay for information received as a result of this announcement.� A request for a solicitation will not receive a response. The General Services Administration (GSA), Great Lakes Region 5,� has a need to perform the following work which includes, but is not limited to providing all necessary construction and management services to mitigate ongoing water infiltration impacting occupied, unoccupied, circulation and mechanical spaces at the U.S. COURTHOUSE, 5400 FEDERAL PLAZA, HAMMOND, INDIANA 46320.� �The work includes but is not limited to: 1. Remove and Storage of the existing Plaza Paver System 2. Removal and disposal of the existing plaza waterproofing membrane, associated flashings and insulation 3. Removal and disposal of the existing planter boxes foliage 4. Removal and disposal of the existing planter boxes growing medium 5. Removal and disposal of the existing planter boxes waterproofing membrane and associated flashings 6. Removal and disposal of the existing roof drain body assemblies 7. Removal and disposal of the existing planter boxes' drain assemblies 8. Disassembly, cataloging and storage of the limestone cladding units to the extent necessary to expose, remove and install termination flashings per the design intent 9. Disassembly, cataloging and storage of copings to remove failed flashing 10. Installation of a new waterproofing roofing membrane, associated flashings and insulation per the design intent 11. Installation of a new planter box waterproofing membrane 12. Installation of a new drainage assembly per design for the roof system 13. Installation of a new drainage system for the planter boxes. 14 Installation of coping flashings 15. Installation of waterproofing terminations at the roof-to-wall interfaces at all locations 16. Reinstallation of limestone cladding after flashing and terminations have been inspected for conformance. Stones must be reinstalled in the same location and direction prior to the removal 17. Reinstallation of the coping stones once new flashing has been installed and inspected for conformance. 18. Reinstallation of all sealant per the design 19. Removal of window sealant as designated� 20. Removal of failed window flashings 21. Installation of new window flashings 22. Installation of sealant system at window assemblies 23. Removal, cleaning� 24. Removal and repair reconstruction of interior drywall bulkhead at lower level plaza 25. Removal and replacement of ceiling panels of interior lower level plaza due to water inflation damage and staining 26. Removal of existing at-grade gate system. 27. Installation of temporary security at removed at-grade gate system 28. Cleaning, preparing, priming and painting of existing at-grade gate system 29. Reinstallation, balancing and adjusting of at-grade gate system. 30. Address door thresholds that interface with the roofing waterproofing and flashings 31. Address window sills, flashing and sealants as they relate to the waterproofing system and provide continuation of the window waterproofing system 32. All materials must be stored at a secure location in a manner not to damage the facility 33. Interior spaces and site cleaning restoration 34. and all necessary ancillary work to complete the project as specified and designed. 35. Contractor is responsible for providing a workforce that can obtain special security clearance necessary by GSA and the Courts. 35. Provide all warranties, record document markups and operations and maintenance system documentation 36. Contractor shall provide all other necessary construction and administration services to complete per the GSA P100 Standards and the project's design and specifications. 37.� Concrete Deck Repairs. The constuction cost is between $1,000,000 and $5,000,000. � The anticipated award date is before September 30,2019. �Performance period is 275 calendar days from receipt of onsite Notice to Proceed. Construction is anticipated to begin April 2021.� The NAICS Code is 238390 with a small business size standard of $16.5 million. No other information is available at this time. If you are an interested party, please provice the following information: A short statement regarding your business� expertise and experience on projects similar in scope and size. Indicate any and all applicable small business representation(s),( 8(a), HUBZone, Service Disabled Veteran Owned, Women Owned, etc.) Do you have bonding capability to cover 100% of the construction cost? Include three projects completed within the last five years similar in size and scope to the work described above. Provide a customer point of contact for each project listed (telephone and email address). Please indicate your intent to bid on a subsequent solicitation. All information submitted will be subject to verification and additional information may be requested to substantiate responses. Interested firms should submit the above information to Jennifer Dunne, Contract Specialist, at jennifer.dunne@gsa.gov.� An electronic submission is required.� Your submission should be no longer than 10 pages.� Responses are due by 3:00 PM CST on March 27, 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3eb2422bbaa0477ebbfdbf7591afe977/view)
- Place of Performance
- Address: Hammond, IN 46320, USA
- Zip Code: 46320
- Country: USA
- Zip Code: 46320
- Record
- SN05583682-F 20200311/200309230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |