Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2007 FBO #2000
SOURCES SOUGHT

Y -- Fa?ade and Structural Repairs ? James T. Foley USFCH Albany, NY

Notice Date
5/17/2007
 
Notice Type
Sources Sought
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Upstate New York Service Center (2PMC-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, NY, 13261-7005, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-Reference-Number-RNY17964
 
Response Due
5/30/2007
 
Archive Date
6/30/2007
 
Description
THIS IS NOT A NOTICE OF RFP ISSUANCE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration anticipates a competitive acquisition to perform structural and fa?ade repairs at the James T. Foley United States Federal Courthouse (USFCH) Albany, NY. This project consists of but is not limited to Approved essential structural repairs of the fa?ade and chimney to address impending wind or seismic hazards. Repair of displaced ashlar marble units at the southwest corner of the building. Cleaning of all stone above the frieze stonework, and below the four story windows on the first floor (vertical and horizontal, stairs, ramps, patios, loading dock, and etc) to be free of dirt, oxidation, fungal growth, rust and oil stains. Repair all chipped stone above the frieze stonework. Rake all joints above the frieze stonework to the maximum depth permissible, install new lime rich mortar in all vertical joints, install a double sealant system in all horizontal joints, apply a suitable waterproofing sealant on all horizontal stone surfaces (ledges only). Remove all stone sills and damaged/spalling brickwork at the rear of the building below the windows. Repair/repaint steel lintels, install new pan flashing underneath the stone sill, replace the sill, replace all damaged brick. Install a double sealant system in all in all horizontal joints, apply a suitable waterproofing sealant on all horizontal stone surfaces. Replace all exterior window sealant. Remove and reset all horizontal stone on the stairs, ramps, and patios to provide positive drainage to existing drains. Install a double sealant system in all horizontal joints, apply a suitable waterproofing sealant on all horizontal stone surfaces (ledges only). Remove all vertical stones of the stairs and ramp of the front of the building that are exhibiting rust stains that are bleeding through the stone. Address corrosion of all steel anchors and supports by replacing it with stainless steel hardware. Remove all exterior ferrous ornamental grating, handrail flanges, uni-strut hangers, anchor bolts, hardware and chimney flue on all exterior surfaces of the building. Replace with stainless steel (bronze where appropriate) or refurbish by removing, sandblasting to bare metal, hot dip galvanizing and painting. Remove all dock bumpers and protective corner guards at the rear loading dock of the building, restore the loading dock to its original condition by repairing/replacing concrete, brick & stone. Clean all surfaces at the loading dock, repaint all metal columns and other. Install new corner guards and dock bumpers. Remove all masonry blocking the previously used basement windows, reinstall with brick similar to the rear of the building. Repair spalling concrete damage to basement window light wells at the front and sides of the building. Replace the entryway systems of the south and north main front doors with new frames, thresholds, doors, and hardware. Reuse existing ornamental panels. Replace the emergency exit doorway at the south side of the building at the basement level with new doors, frames, thresholds and hardware. Repair all interior damage to the building on the 5th floor on the west side of the building. HUB zone, 8(a), and Service Disabled Veteran Owned Businesses (SDVOSB) capable of providing these services are being sought. In addition to the information provided below entitled, Capabilities Package, responding parties must also indicate their size status in relation to the applicable size standard $13 million and North American Industry Classification System (NAICS) code 238140, your status as a Federal HUB zone certified firm, 8(a) certified firm, and /or SDVOSB firm. Capabilities Package. All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Completion of the contractor qualification form shall indicate the firms capabilities. The attached form MUST BE COMPLETED IN FULL. Submit the Contractor Qualification Form and capabilities packages by mail to ATTN: Heidi Crawley, Upstate NY Acquisition Unit 100 S. Clinton Street, Box 7005, Syracuse, NY 13261. Responses may also be submitted via fax to ATTN: Heidi Crawley, 315-448-0968 be e-mailed to heidi.crawley@gsa.gov. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 30 MAY 2007/3:00 P.M. EASTERN TIME. Direct all questions to the attention of Heidi Crawley at (315) 448-0959.
 
Place of Performance
Address: James T. Foley USFCH 445 Brodaway Albany, NY
Zip Code: 12207
Country: UNITED STATES
 
Record
SN01297224-W 20070519/070517221720 (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.