|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167U.S. Department of the Treasury, Procurement Services Div., 1500
Pennsylvania Ave., NW, Room 1310G, Washington, DC 20220 Z -- BUILDING ENVELOPE RENOVATION PROJECT SOL A-98-08 DUE 100998 POC
Dan Alderman, Contract Specialist, (202) 622-0798, Rosa Perry,
Contracting Officer, (202) 622-0797 The Department of Treasury,
Departmental Offices, located at 1500 Pennsylvania Avenue, NW.,
Washington D.C., 20220, is seeking a contractor to provide all labor,
materials, equipment and supervision to clean, repoint, repair, and
weatherproof the perimeter exterior surfaces and courtyard exterior
surfaces (walls, doors, roofs, porticos, pavers, steps and statutes),
replace windows and provide a bird proofing system for the Main
Treasury building. More specifically, the contractor will be required
to: (1)Replacement of Windows -- Replace existing windows with double
glazed, energy efficient windows which includes restoring window frame
surfaces and the attached bird proofing system. (2) Clean and Repair
Facades -- Clean Stone and metal elements of all exterior facades
including pointing and repairs to ensure weather tightness; all as
needed. (3) Repair North Plaza -- Restore Subsurface, Repair joints;
replace pavers; all as needed. (4) Clean and Repair Statute(s) --
Ensure weather tightness, repair cracks in statutes' figures in base;
all as needed. (5) Clean and Repair steps -- Ensure weather tightness,
remove and replace segments of the steps as necessary. (6)Clean and
Repair Fence -- Ensure caps are secured to railings; replace and repair
railing and balustrades as needed. (7) Restore Perimeter Site Lighting
-- Fabricate and install new replicas of the north, south and west
historic lighting fixtures of the Main Treasury building. (8)
Repair/Replace rainleaders, as required. The procurement of contractor
services for the Main Treasury Building's exterior restoration will be
conducted in two phases. The Phase One solicitation package will
include the conceptual Statement of Work and evaluation criteria for
competitive range determination. The solicitation will be available o/a
September 10, 1998. A mandatory site visit is scheduled for September
21, 1998 at 9:00 A.M. Prospective offerors must provide a written
request no later than September 17, 1998 C.O.B. deadline for the
mandatorysite visit, NO EXCEPTIONS. Prospective offerors shall provide,
in writing, the names, birth date and social security number of those
planning to attend the site visit. Request to be sent to the address
shown below. Evaluation criteria for Phase one: Minimum Requirements:
(1) Offerors must demonstrate successful experience in the past ten
(10) years constructing projects of the following types and values: (a)
a renovation project in the DC regional (SMSA), at least $5 million;
(b) renovation work in an occupied building, at least $5 million; (c)
a minimum of two historic renovation/restoration project, at least $5
million. (2) Offerors will be required to provide the Government a
notarized statement from a Treasury approved surety of bonding
capability of $10 million. (3) Offerors must be registered as a General
Contractor in the District of Columbia. (4) SMALL BUSINESS AND MINORITY
SUBCONTRACTING PLAN -- The contractor's (large business only) proposed
subcontracting plan meets or exceeds Treasury's SmallBusiness and
Minority Subcontracting Plan and can demonstrate past success in
meeting or exceeding goals in previous federal contracts. Treasury's
Small Business goals are as follows: 32% for Small Business concerns,
5% for Small, Disadvantaged Business concerns, and a 5% goal for Woman
Owned concerns. The subcontracting plan must be in the required format
(see FAR Clause 52.219-9). Offerors not meeting the above minimum
requirements will not receive further consideration. EVALUATION FOR
DETERMINATION OF THE COMPETITIVE RANGE WILL BE BASED ON THE FOLLOWING
CRITERIA: EXPERIENCE AND PAST PERFORMANCE IN PROVIDING SERVICES ON
SIMILAR PROJECTS; QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL;
SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE OF PROJECT TEAM. The
Phase Two solicitation package will be issued o/a November 3, 1998, to
those offerors in the competitive range established under Phase One.
The Phase Two solicitation will include Construction Documents(CDS).
Award will be made based on price and other pricerelated factors as
shown in the Phase Two solicitation. Offerors will be required to
submit a management plan and detailed price proposal. Offerors may be
interviewed. The Phase Two technical and price proposals receipt date
will be o/a December 7, 1998. The specific date for submission will be
included in the Phase Two solicitation document. The total magnitude
for this project is between $5 Million and $10 Million. The period of
performance is approximately two (2) years and will be accomplished in
two (2) phases. SIC Code for this procurement is 1741. The Small
Business Size Standard is $7 Million. This procurement is open to any
responsible small or large business concern. All requests for
information must be submitted to the following address: The Department
of the Treasury, TBARR Procurement Office, Room 3064, Attn: Dan
Alderman, 1500 Pennsylvania Avenue, N.W., Washington, D.C. 20220. Fax
Number is (202) 622-8576. Posted 08/24/98 (W-SN241085). (0236) Loren Data Corp. http://www.ld.com (SYN# 0153 19980826\Z-0022.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|