Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2011 FBO #3662
SOURCES SOUGHT

Z -- The Stabilization, Conservation, and Selective Restoration of the Clara Barton Building

Notice Date
12/2/2011
 
Notice Type
Sources Sought
 
NAICS
712110 — Museums
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P12MKC0011
 
Point of Contact
Kathy Toca Bunn, Phone: 202-205-4664, Chrischanda S. Smith, Phone: (202) 358-3573
 
E-Mail Address
kathy.bunn@gsa.gov, chrischanda.smith@gsa.gov
(kathy.bunn@gsa.gov, chrischanda.smith@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various small business sources including: 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone) Small Business, Women Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantage Business (SDB), and Veteran Owned Small Business. No proposal are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. Description/Scope of Work: The U.S. General Services Administration anticipates a future procurement for construction services necessary to stabilize, conserve, and selectively restore portions of the Clara Barton Museum Building, a District of Columbia boarding house where Clara Baron, founder of the American Red Cross, lived and worked during and immediately following the American Civil War. Open to the public, the Clara Barton Building will serve as a one-of-a-kind museum documenting life in a mid-nineteenth century boarding house. Museum patrons will experience the intimate, long forgotten spaces (approximately 4,000 SF) Clara Barton inhabited while conducting inquiries into lost in action, Civil War soldiers. The estimated construction cost range is between $1,000,000.00 and $3,000,000.00. All work shall be performed in accordance with the GSA's authorized and approved standards found in 2010 Facilities Standards for the Public Building Service (P-100), the standards in the American Institute for Conservation of Historic and Artistic Works, the standards in National Park Service, and the Secretary of the Interior's Standards for Treatment of Historic Properties with Guidelines for Preserving, Rehabilitation, Restoring, & Reconstructing Historic Buildings. Situated inside a privately owned building in which GSA holds an in-perpetuity preservation easement, the museum shall encompass portions of the basement and first floor and the entire third floor. The third floor contains fragile original finishes that must be stabilized and preserved while building systems are carefully integrated to avoid harming historic materials or the character of spaces occupied by Barton. Construction services include, but are not limited to, the following: preservation project scope management, selection and procurement of all necessary subcontractors, including conservators and systems experts specializing in restoration; administration of the construction contract and all subcontracts; coordination of regular construction meetings; critical path method (CPM) scheduling and scheduling control, maintaining construction records, including daily logs and monthly reports; monitoring construction costs; progress reporting; resolving unforeseen challenges associated with the historic space conditions and requirements, conduction and coordinating inspections and testing to ensure proper functioning of the building; coordination of commissioning and turnover to the designated building management staff and tenants; performing closeout procedures and all other required services necessary for a complete historical museum. Experience managing comparable house museum restoration and rehabilitation requirements to DOI and AMA standards is required. The North America Industry Classification System Code (NAICS) is 712110, which includes Historical Museums, Interactive Museums, and Human History Museums. Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company name, address, point of contact with verifiably correct telephone number and email address. 2. Company business size, including any official teaming arrangements as a partnership or joint venture. Company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone HUB zone small business, service disabled veteran owned small business, or veteran owned small business. 3. Details of four (4) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the four (4) similar projects. a. State whether the firm acted as the Prime Contractor or Subcontractor. b. Dates of construction for the four (4) projects. c. All projects shall demonstrate the installation of mechanical, electrical, and/or plumbing systems affectively integrated into the historic fabric of the project in conjunction with the required preservation of interior finishes. d. Project references (including owner with telephone number and e-mail address). e. Project cost, term, and complexity of job. 4. Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Failure to submit all information requested will result in a contractor not being considered as an interested concern. E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL TO Ms. Kathy Bunn, Contract Specialist, e-mail: kathy.bunn@gsa.gov.AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submittals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P12MKC0011/listing.html)
 
Place of Performance
Address: 437 7th Street, NW, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN02632520-W 20111204/111202234135-f671e5347cbe721e8a30f28aca79af38 (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.