COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13, 2001 PSA #2787
SOLICITATIONS
Z -- AGRICULTURE SOUTH BUILDING WING 4 MODERNIZATION PHASE 2
- Notice Date
- February 9, 2001
- Contracting Office
- USDA, Office of Operations , Procurement Operations Division, Stop 9850, 1400 Independence Avenue, SW, Washington, DC 20250-9850
- ZIP Code
- 20250-9850
- Solicitation Number
- IFB-OPPEP-01-B-018
- Response Due
- April 13, 2001
- Point of Contact
- Clyde A. Lohere 202-720-3009 no calls for FAX number will be accepted
- Description
- If you are interested in responding to the following you must submit a request for the bidding documents in writing to Mr. Clyde Lohere, Contracting Officer and this must be accompanied by a non-refundable certified check, cashiers check or money order for $550.00 made payable to USDA-National Finance Center. Request by FAX or telephone will not be accepted. The Government estimate for this project is over $10,000,000.00. Bidders must provide the firm name, mailing address, telephone and FAX numbers, and the Solicitation Number when the request is made for a copy of this IFB. The Agriculture South Building, constructed between 1930 and 1936, provides space for over 6000 USDA employees. This contract is for Phase 2 of the building modernization program. Wing 4 of the building will be vacated for construction, except for the basement which is the mail room that will remain fully functional. The remainder of the building will remain occupied. The contractor is required to conduct limited work as specified in areas outside of the Wing 4 construction area. The contractor shall isolate the construction area from the occupied areas of the building and provide protection measures to maintain full operation of the occupied portions of the building. Provide all labor, materials, and equipment and perform all work in strict accordance with the specifications and drawings to renovate Wing 4 and related infrastructure improvements of the Department of Agriculture South Building. The Wing 4 construction area is approximately 10,230 Square Meters (110,000 sf). Work includes but is not limited to all demolition and removals, space alterations, mechanical, electrical, and structural work required in the plans and specifications such as: Upgrade and modernize existing office areas. Restore original finishes at historic corridors shown to be retained. Renovate existing toilet rooms to conform to ADA requirements. Provide new toilet rooms. Renovate Attic Level to accommodate mechanical, electrical, and telecommunications equipment. Provide all demolition, cutting and patching of existing materials, and structural framing and supports for architectural, mechanical, electrical and plumbing work. Upgrade selected elevator controls, equipment, and car interiors. Remove lead based paint and asbestos. Provide fire suppression sprinkler system. Provide new light fixtures and controls, including new historic replica fixtures in certain areas. Work includes conservation/renovation of historic building materials and finishes that must be performed by contractors meeting specified qualifications for experience of key personnel. Contract line items are provided in the Pricing Tables for adjustment of the base contract which consist of unit prices for addition or deletion of tenant fit-out work elements. The solicitation includes (7) options which may be exercised at the discretion of the Government at time of award or within 180 calendar days after award. The time for construction is 365 calendar days after Notice to Proceed and liquidated damages will be assessed for failure to complete the work on time at $1,400 per calendar day. This solicitation is open to both large and small businesses. All bidders that are not small businesses shall submit a Small Business and Small Disadvantaged Business Sub-Contracting Plan prior to award for that part of the work it intends to sub-contract in accordance with FAR 52.219. Award of the contract will be contingent upon approval of the bidder's Sub-Contracting Plan by the Government. All responsible sources may submit a bid which will be considered by USDA. The Pre-Bid Conference scheduled date will be identified in the solicitation. The bid documents will be shipped in more than one package and it will take approximately 5 working days from the time the government receive the request for the shipper to make delivery. The Solicitation will be issued on March 1, 2001
- Record
- Loren Data Corp. 20010213/ZSOL015.HTM (W-040 SN50D2Y3)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|