Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2006 FBO #1671
SOLICITATION NOTICE

Z -- Window Renovations, John O. Pastore Federal Building

Notice Date
6/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
238150 — Glass and Glazing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), South Service Center (1PL), 10 Causeway Street, Room 975, Boston, MA, 02222-1047
 
ZIP Code
02222-1047
 
Solicitation Number
GS-01P-06-BZ-C-0021
 
Response Due
8/14/2006
 
Archive Date
9/20/2006
 
Description
Contractor shall provide all labor, materials, equipment, transportation, supervision and disposal necessary for Window Renovations at the John O. Pastore Federal Building, Providence, Rhode Island. Work shall include the following for approximately 4200 SF of glazing on this three story building: Base-Bid : Existing Wood and Steel Window Repairs/Refurbishment and Associated Repairs: All existing wood and steel windows will be repaired/refinished/restored and reused with the exception of (Window Type ? 9) existing wood penthouse windows which will require custom replication new wood replacement windows. General repairs/restoration shall include provisions for refinishing and replacement of window elements in-kind when required, including all frames, sills, sashes, glazing stops, finish trim and associated elements. Provisions for new glazing consisting of 5/8?- overall (low-e) Insulated Glass Units [IGU] that will replace the existing conditions. Glass Panels will consist of a 3/16" Thermally Tempered Glass outside layup x 1/4" Air Gap x 3/16" Laminated Glass interior layup in an effort to afford the minimum level of security/seismic enhancement and energy efficiency. Replacement of all perimeter window sealants, caulking / glazing compound, etc. Provisions for new weather stripping and associated elements. Provisions for the restoration of Functional Performance and Operability ? includes repair /refurbishment/ replacement of operational hardware (including window counterweight replacement/adjustment and re-balancing of the widows); Hazardous Material Mitigation: (Asbestos / Lead Paint ) Removal of all Asbestos Containing Building Materials and Lead Paint; Exterior Masonry Repairs, Repointing/ Lintel (Repairs/Replacement)/ and Flashing at Windows: Repair / Repoint exterior brick at window surrounds, replace spalled broken brick and refinish both materially and visually to match original color, consistency, and joint configuration to ensure weather tightness. Refurbish / Replace steel lintels at windows as maybe required to ensure weather tightness. Provisions for proper flashing system (particularly about window head) to ensure weather tightness; Alternate #1: Under this alternate provisions shall be carried for the inclusion of new wood (true divided light) replacement sashes for all existing wood windows (potential labor and time/ installation cost savings verses existing sash restoration), with the exception of Window Type 9. All other base bid work shall be required as part of the total project Work. Option #1: Includes provisions for Interior Operable Storm/Security Window for the First Floor and Second/Third floors consisting of fixed certified blast resistant aluminum frames (1st floor) and double?hung aluminum framed sash (2nd, mezzanine, 3rd floors) to match existing sash/frame profile in width and height. Glazing for storm/security window will consist of Thermally Tempered Glass glass panels, with minimum of 8 mil film for interior side layup to meet a minimum GSA P100 ? Security Criteria Level (3b). This option will be considered whether or not Alternate #1 is utilized and is in addition to the work outlined above for base bid and alternate #1. This solicitation is issued under the Small Business Competitiveness Demonstration Program and is unrestricted. Both small and large businesses may submit proposals. The applicable NAICS code is 238150, with a size standard of $13M. The estimated cost of this project is between $1,000,000 and $5,000,000 (inclusive of all option items). Performance is estimated to be a total of 210 calendar days from receipt of Notice to Proceed. The successful contractor will be selected using a Best Value/tradeoff process. Evaluation factors may include price, past performance with a minimum of five years experience performing similar glass and glazing work, masonry and steel lintel restoration, as well as experience working on historical structures, be certified by the AWI Quality Certification Program, and comply with the specified Grade of Work and Section of the current edition of the ?AWI/AWMAC Quality Standards Illustrated?; and technical approach. All relevant solicitation documents, including specifications and drawings and any amendments may be accessed for download beginning on the date of issue at the following site: http://www.FedBizOpps.gov . Any and all questions must be submitted in writing to Ian.Epstein@gsa.gov. Notification of any changes to this solicitation (i.e. amendments) shall be made only on the web site. Offerors are required to verify the number of amendments prior to proposal due date through http://www.fedbizopps.gov. RFP Issue Date is on/about 7/10/2006. Proposal due date is on/about 08/14/2006.
 
Place of Performance
Address: 2 Exchange Terrace Providence, RI
Zip Code: 02903
Country: USA
 
Record
SN01075974-W 20060624/060622221836 (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  © 1994-2020, Loren Data Corp.