Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

Z -- Recovery: USDA South Bldg. Modernization Phase 4A

Notice Date
7/10/2009
 
Notice Type
Presolicitation
 
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, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-3142-S-09-0077
 
Archive Date
9/10/2009
 
Point of Contact
Jodey J Barnes-Edwards, Phone: 202-720-3009/4389
 
E-Mail Address
jodey.edwards@usda.gov
(jodey.edwards@usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This project is subject to the Small Business Competitiveness Demonstration Program. No facsimile bids will be accepted. All prospective offerors are responsible to visit the FedBizOpps website frequently to obtain any amendment(s) or other information pertaining to this solicitation. Contractors must be registered in Central Contractor Registration (CCR) in order to be considered for an award. Contractors may access CCR at http://www.ccr.gov. The Invitation for Bid (IFB) will be issued on or about July 27, 2009. The solicitation will close within 30 days of issuance and Bids are anticipated to be opened on the closing date. All contractual and technical inquires shall be submitted via electronic mail to jodey.edwards@da.usda.gov. In accordance with FAR 5.102, availability of the solicitation will be limited to the electronic medium and any hard copies the governmennt may have will be issued on a first-come, first-serve basis. A contract will be awarded in accordance with FAR Parts 14 & 36, Sealed Bid procedures. This solicitation is an unrestricted procurement. The NAICS code is 236220 with a size standard of $33.5M. Contract Magnitude: More than $10,000,000.00 Please be advised on-line registration requirements in the Central Contractor Registration (CCR) database https://www.ccr.gov/ and directed solicitation provisions concerning electronic annual Online Representations and Certifications (ORCA) at http://orca.bpn.gov Representations and Certifications are required to be updated annually as a minimum to keep information current, accurate and completed. The electronic annual representations and certifications are effective until one year from date of submission or update to ORCA. A contract award will be made to the responsible bidder whose bid, conforming to the invitation for bids, will be the most advantageous to the Government, considering only price and price-related factors included in the invitation. A Bid Bond in the amount of 20% is required to be submitted with bid. Payment and Performance bonds (100%) each are required ten (10) days after award. The Government reserves the right to reject any or all bids prior to award. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE OFFERS RECEIVED. Offerors should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. There will be only one (1) site visit conducted and it is anticipated to be held on August 10, 2009. A pre-bid conference will be conducted this same date. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. Bidders are cautioned that bids taking exception(s) to the IFB as presented may be considered as non-responsive and rejected iaw FAR 14.404-2. The bidders shall propose amounts for Options 1, 2 and 3 in the Bid Form. Bids will be evaluated inclusive of the option(s). The Government anticipates exercising one or more of the options at time of award subject to the availability of funds which will be determined prior to bid opening. BACKGROUND: The project is for Phase-4A of the planned multi-phased USDA South Building Modernization, and is located at 1400 Independence Ave, SW, Washington, DC 20250. The USDA South Building was built in phases between 1930 and 1936 and is eligible for listing in 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). REQUIRED SERVICES: Interested parties shall be able to provide all labor, supervision, tools, materials, equipment, transportation, and management necessary to perform the work described herein. Interested parties shall show their ability to be responsible for and capable of performing all associated demolition, removal of hazardous material and new construction. All contractors must be fully qualified, licensed, bonded and have qualified sub-contractors (as applicable) to the contract and be capable of supporting a field office as required by USDA. Phase-4A work consists of the modernization of the above grade levels of Wing-5 of the USDA South Building. The building includes six floors above grade, an attic mechanical level, elevators penthouse and the basement level egress stairs. The existing structural frame is concrete-encased steel and floor slabs are poured-in-place concrete joists with terra cotta infill. Phase-4A is registered to achieve no less than the basic certification level, with Silver as the target, through the Unites States Green Building Council's (USGBC's) LEED-Commercial Interiors (CI) Green Building Rating System. The Contractor will facilitate the documentation and submission process in coordination with the LEED consultant and USDA. The lump sum bid will detail all material costs in order to comply with LEED submission requirements. Unique features of this 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 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. Contractor must be able to plan and schedule work to maintain full services to all occupied spaces. The projects scope includes, but is not limited to the following, as indicated in the contract documents: Architectural Requirements: - Upgrade and modernize existing office areas. - Provide hazardous materials abatement. - Restore/ renovate first floor lobby and central corridors. - Provide new finishes and partitions for first, third and fourth floor office area. - Provide new finishes and partitions for second floor office area (Option-1) - Provide new finishes and partitions for fifth and sixth floor office area (Option-2) - Provide two additional new restrooms per floor as well the upgrade of the two (2) existing restrooms - Provide two new mechanical equipment rooms, two new electrical distribution rooms and two new telecom rooms per floor. Structural Requirements: - New structural framing and supports for new architectural, mechanical, electrical, and plumbing work. Mechanical/Plumbing/Fire Protection Sprinkler Requirements: - Remove and Replace (entire) existing perimeter Induction Unit systems along with two main AHU's (located in Attic) with a new type of HVAC system. - Space cooling shall be by combination of an all air (overhead) variable-air-volume (VAV) systems comprised of (2) CHW-AHU's per floor and perimeter hot water fin-tube radiation system for heating. - Provide new air cooled roof mounted chillers for 24 x 7 x year-round cooling in special areas as well as to meet intermediate seasonal requirements. - Upgrade existing chilled water and hot water piping as required. - Provide new HVAC- DDC controls tied into existing BMS. - Provide new fire alarm system upgrades and fire protection wet pipe sprinkler system as required by code. - Replace existing (enclosed) rain leaders. - Provide two (2) new restrooms (in their entirety) per floor as well as total upgrade of two (2) existing restrooms per floor. - Remove all abandoned pipe risers. - Provide remedial work, such as Lead Removal and Asbestos Removal as indicated on the drawings and specs. Electrical/Telecom Requirements: - Replace existing lighting with new energy efficient lighting and lighting controls - Replace existing primary and secondary electrical distribution system including upgrading of existing transformers - Provide two (2) new electrical and telecommunications rooms on each floor and replace existing telecommunications cabling system - Provide new emergency lights, fire alarms, exit lights, and emergency power distribution - Provide new CATV system and cabling - Upgrade selected elevator controls and equipments (Option-3). OPTIONS: Option 1 (wing-5, 2nd floor): - All tenant fit-out work including partitions, doors, ceilings, finishes, signage, lighting, power distribution, data distribution and secondary sprinkler system. - Secondary HVAC distribution and balancing and controls for all tenant areas. Option 2 (wing-5, 5th and 6th floors): - All tenant fit-out work including partitions, doors, ceilings, finishes, signage, lighting, power distribution, data distribution and secondary sprinkler system. - Secondary HVAC distribution and balancing and controls for all tenant areas. Option 3 (elevators 51, 52 and 53): - New penthouse elevator equipment and controls for elevators 51, 52 and 53. - Renovation of existing elevator cabs for elevators 51, 52, and 53. - New machine room air-conditioning. - Demolition work required for the above work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OPPM/POD/AG-3142-S-09-0077/listing.html)
 
Place of Performance
Address: USDA South Building, 1400 Independence Ave., Washington, District of Columbia, 20250, United States
Zip Code: 20250
 
Record
SN01871476-W 20090712/090710235741-0a4a27f1ee4610e1413eb40479e03203 (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.