Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2006 FBO #1761
SOURCES SOUGHT

Z -- MARKET SURVEY for Modernization of Historical Building

Notice Date
9/20/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, DC, 20024
 
ZIP Code
20024
 
Solicitation Number
ReferenceNumber58462
 
Response Due
10/11/2006
 
Archive Date
10/26/2006
 
Description
***********MARKET SURVEY************* THIS IS A MARKET SURVEY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATION PURPOSES ONLY, WHICH WILL BE USED TO ASSIST THE USDA IN DETERMINING IF QUALIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSB), HISTORICALLY UNDER-UTILIZED BUSINESS ZONES (HUBZones) AND 8(a) CONSTRUCTION COMPANIES ARE AVAILABLE TO WARRANT SETTING ASIDE THIS ACQUISITION. The United States Department of Agriculture (USDA) is conducting a MARKET SURVEY to determine the availability of SDVOSB, HUBZones, AND 8(a) Concerns capable of performing construction modernization to a historical institutional building. The applicable North American Industry Classification System (NAICS) Code is 236220 (Commercial and Industrial Building Construction) and the small business size is $31 million. The magnitude of this project is more than $10,000,000. BACKGROUND: The USDA South Building is located at 1400 Independence Avenue in Washington, DC. It was built in phases between 1930 and 1936, and is eligible for listing on the National Register of Historic Places. The project is subject to the Resource Conservation and Recovery Act (RCRA) and Greening the Environment through Waste Prevention, Recycling and Federal Acquisitions (E.O. 13101). DESCRIPTION OF SURVEY: The USDA seeks information and interest from highly qualified and experienced SDVOSB, 8(a) & HubZone construction contractors capable of working within an occupied and historical building. Interested parties shall be able to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary or incidental to provide planning, construction, repair and alterations for USDA, and must exhibit demonstrated experience, capability and resources in projects of comparable size and complexity, with comparable clients, and most significantly, with a demonstrated track record of performing such projects with a high degree of customer satisfaction. Interested parties shall show their ability to be responsible for, and capable of, performing all associated demolition, removal of hazardous material, and construction of projects. Illustrate your company?s ability to control dust and flying debris, and protection of all adjacent areas as the area will be occupied in most instances. All contractors responding to this market survey must be fully qualified, licensed and have qualified subcontractors (as applicable) for asbestos and hazardous waste abatement; be capable of supporting a field office as required by specific project at USDA South Building. Projects may include, but are not limited to the following areas: Selected demolition and reconstruction of approximately 120,000 gsf (11,154 gsm) of office, mechanical, electrical, telecommunication, life safety, and support spaces, demolition of concrete slab in selective areas, as well as asbestos and lead abatement, demolition of duct shafts and duct risers, demolition of existing air handling units in the attic and demolition of the main piping and duct distribution system located on the 5th floor ceiling space. Restoration of office space and shared use areas, replacement of electrical switch gear and transformers, demolition of all metal induction unit cabinets under windows, demolition of induction units, installation of two new air handling units per floor installation of VAV-overhead primary air distribution system, demolition and replacement of air handling units and chilled water piping; replacement of steam piping and steam pressure reducing station with hot water piping, provision for modifying the new central hot water heating plant in S-502, installation of new fire suppression system, modification, supplementation and upgrading of the existing fire alarm system, modernization of existing elevators, repairs restoration and replication of existing historic wood windows, hazardous materials abatement and other elements as shown and described in the contract documents, provision of new electrical power and lighting systems, procurement/installation of Level-C bomb blast window system in selected areas, repairs to building finishes as required to accommodate work listed above. Unique features of the project include selected demolition and reconstruction within an occupied historic building, removal of hazardous materials in the building, and construction of protected fire/construction separation of Wing 5, floors 1-6 and the phased zones of construction. The area of construction will be vacated on all floors and separated by fire rated construction barriers at each end of the wing protecting the occupied sections of the existing building on the Head-House (Independence Ave.) as well as the Tail-House (C St.) while all outside occupied areas must remain fully operational during the renovation work. Contract must be able to plan and schedule work to maintain full services to all occupied spaces. The project will be constructed in multiple phases and requires internal relocation of USDA staff between phases. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Date and evidence of certification: SDVOSB, 8(a) and/or HUBZone 3) List experience and qualifications in work performed of similar type, cost, complexity and scope to include projects in progress and completed projects within the past 5 years. Include completion dates, contract numbers, project titles, short project descriptions, dollar amounts, and customer point of contact with their current phone numbers. Indicate if you were a prime contractor or subcontractor, and if a subcontractor, provide the name and point of contact for the prime contractor. 4) Include specialized experience and technical competence of firm; date and identify specific experience and qualification of personnel and record of working together as a team; identify past record of performance on contracts to include Government agencies. 5) Provide Statement of Capability. Potential sources experience must demonstrate and document the following in the capability statements: a. Ability to work in occupied space. b. Ability to work on multiple projects simultaneously c. Ability to perform the work described above d. Ability to obtain adequate bonding; indicate single, aggregate and current available bonding capacity. e. Ability to maintain adequate project progress schedule. f. Ability to provided same/similar type work in a historical building. Interested firms shall submit two (2) copies of their capability statement addressing each of the areas cited above. Written capability statements shall be limited to fifteen (15) pages (excluding past performance), Times Roman Font, 12-pitch, 1 inch margins and must be received by 4:00 p.m. EDT on October 4, 2006. Failure to submit capability statements or to submit all information requested may result in these business categories being considered not interested in this potential requirement. Inquiries shall be submitted ONLY via e-mail to Jodey Barnes-Edwards at jodey.edwards@usda.gov no later than seven (7) day prior to the closing date in order to assure adequate time for response. No collect calls will be accepted. NO FACSIMILE TRANSMISSIONS WILL BE ACCEPTED. Capability statements must be submitted to: United States Department of Agriculture, OPPM/POD, Attn: Jodey Barnes-Edwards, 300 7th St. SW, Suite 377, Washington, DC 20024 in time enough to be received by the closing date. This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract based on responses under this announcement. In addition, the Government will not contact firms that submitted capability statements or include them on a mailing list on any subsequent solicitation to this notice. Point of Contact: Jodey Barnes-Edwards, Contracting Officer, Phone 202-720-3009/4389.
 
Place of Performance
Address: 1400 Independence Ave, Washington, DC
Zip Code: 20024
Country: UNITED STATES
 
Record
SN01149181-W 20060922/060920220203 (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.