Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2006 FBO #1805
MODIFICATION

Z -- Investigate, Design andConstruction for building envelope water intrusion repairs

Notice Date
11/3/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-4PF-07-0003
 
Response Due
11/14/2006
 
Archive Date
11/29/2006
 
Point of Contact
Brenda Owens, Contracting Officer, Phone 404-331-5014, Fax 404-331-7063, - Brenda Owens, Contracting Officer, Phone 404-331-5014, Fax 404-331-7063,
 
E-Mail Address
brenda.owens@gsa.gov, brenda.owens@gsa.gov
 
Description
THE PURPOSE OF THIS MODIFICATION IS TO EXTEND THE RESPONSE DATE AND TO CORRECT THE FAX NUMBER. This is a Sources Sought Synopsis for market research purposes only at this time. The General Services Administration (GSA), Southeast Sunbelt Region, seeks potential sources for the Investigation, Design and Construction services for building envelope water intrusion repairs at the US Courthouse, Tampa, FL. The contractor will be required to provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all design and construction work to meet GSA agency requirements. The Overall Estimated Construction Cost Range for this project is $5,000,000 to $10,000,000. Completion time is expected to be between 360 and 420 days. Solicitation for this project is anticipated 02/2007. THE PROJECT The US Courthouse was completed in 1998 and has been experiencing a series of problems related to water infiltration through the building envelope. The building is 400,000 sf and consists of 17 floors, plus a mechanical penthouse. The overall height of the building is 380 ft. Several studies as to the cause of the water infiltration have been completed and will be made available for review after a request for proposal has bee issued. The components of the project include a systematic inspection of the curtain wall for water intrusion problems, the design of a repair(s) to correct the water intrusion, the construction of the repairs, the testing of the repairs, monitoring indoor air quality, interior finish work necessary to complete the required repair work, and roofing work. The following is an outline of the project components: 1. Systematic inspection: The extent and severity of the problems are unknown since a comprehensive inspection of the entire building facades has not been performed. The contractor shall examine and disassemble (as necessary) the curtain wall system to determine the cause of the water infiltration. 2. Design of repairs: Once the source or cause of the water infiltration has been identified the contractor shall design a repair procedure. The procedure shall be submitted to GSA for review and approval prior to implementation. Any design that changes or modifies the structural load path shall be designed by a licensed professional engineer. 3. Construction of repairs: Upon approval from GSA with the proposed repair procedure the contractor shall implement and the repair. 4. Testing the repair areas: Upon completion of the repairs the curtain wall assembly shall be water tested to assure the adequacy of the repair work. 5. Monitoring Indoor Air Quality: Due to the water intrusion isolated occurrences of mold have been discovered within the building maintenance. During the contractor's course of the work the indoor air quality shall be periodically monitored to ensure the construction activities have not caused the release of any mold partials. During the investigation or construction if any mold is uncovered the contractor shall take all necessary steps to isolate the mold and perform the necessary remediation. 6. Interior finish work: Interior finish work may be required to repair interior damage resulting from the water intrusion repair work. 7. Roofing work: The GSA has surveyed the roof of the building and identified areas in need of repairs to eliminate the water intrusion problems. Through the Construction Excellence program, GSA will employ the best practices that will result in the best project for the best value; and procure the highest quality construction services as early as practical. GSA is actively seeking General Contractors who can provide full Construction Services (to included curtain wall reapir, engineering, roofing, interior repairs, environmental, forensic engineering, electrical and mechanical) for this project through a procurement method developed in accordance with FAR Part 15.1, Source Selection Processes and Techniques. This will be a competitive acquisition, utilizing the two step source selection procurement method. The subject procurement will be solicited in two parts. Part One will require offerors to submit data regarding technical qualifications. Offerors will be given a description of the project along with the past forensic reports and approximately ten selected drawings that depict the facade of the building. The Government will review technical proposals submitted to determine which are acceptable to the Government or could be made acceptable to the Government. All offerors meeting the technical qualifications in Part One will be allowed to go forward into Part Two and submit a price proposal. The Government will make award to the offeror submitting the lowest-priced technically acceptable proposal. The Technical Evaluation Factors for this project will be (ALL FACTORS WILL BE EVALUATED ON A GO/NO-GO BASIS): Factor No. 1: Firm Profile. Factor No. 2: Qualifications of Key Personnel proposed for this project. Factor No. 3: Experience and Past Performance on curtain wall water intrusion investigations and repair Projects within the last 5 years, by the firm as well as the proposed key personnel. Factor No. 4: Outline Project Management Plan. The selected firm will be required to submit a detailed project management plan within 30 days after award. Details on the submission requirements for the Technical Evaluation factors will be issued in the RFP. All interested businesses are encouraged to respond and submit their capability statement. The capability statement should provide summary level information of technical factors 1, 2 & 3 above.
 
Place of Performance
Address: 801 N Florida Ave/Tampa/FL
Zip Code: 33602
Country: UNITED STATES
 
Record
SN01176099-W 20061105/061103222938 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.