Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

Z -- EXPANSION AND REMODELING OF U.S. BORDER PATROL STATION, WARROD,

Notice Date
January 30, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Contracts Branch (5PMC), 230 South Dearborn Street, Room 3324, Chicago, IL, 60604
ZIP Code
60604
Solicitation Number
GS05P01GAC0063
Point of Contact
Deborah Durkins, Contracting Officer, Phone (312) 886-6932, Fax (312) 353-0240, Email deborah.durkins@gsa.gov
E-Mail Address
Deborah Durkins (deborah.durkins@gsa.gov)
Description
This project consists of the expansion and interior remodeling of a U.S. Border Patrol Station operated by the Immigration and Naturalization Service. The building is approximately 40 years old and is located in Warroad, MN, which is located approximately 150 miles east of Grand Forks, ND, and about ten miles from the Canadian border. The existing building is basically a residential-type brick raised ranch built over a crawl space, about 800 square feet in floor area, with a 900 square foot attached brick 4-car garage. The existing building contains a private office, an open office area, a holding cell for captured aliens, a restroom with shower, and a utility room used for both storage and housing of mechanical equipment. A rectangular addition, approximately 900 square feet in area, will be attached to the southern end of the existing building. The interior of the existing building will be remodeled, and in conjunction with the building addition, will provide space for the following elements: A secure public entrance and waiting area, two new holding cells (one for men, one for women), an exercise room, a supervisor's office, an expanded open office area, a kitchenette area, men's and women's locker rooms with toilets and showers, a small ADP room to house computer equipment, a secure storage area, and a mechanical/storage area. The building addition will be constructed over a crawl space, similar to the existing structure. The exterior brick veneer, roofing, and widows shall match the type installed on the existing building. The framing can be either wood or steel frame construction. A new larger capacity heating and air-conditioning system shall be installed to replace the existing system. Some site backfill and grading will be required to eliminate low areas where the addition is to be constructed. Plumbing and electrical modifications will be provided to suit the tenant's requirements. The project is design/build in nature. Upon contract award, the first phase will consist of the development of construction design documents in a format suitable for approval by local zoning departments. The design requirements will be as specified in the solicitation documents. As part of the solicitation, GSA will furnish schematic floor plans for the building remodeling and expansion. GSA will also furnish a schematic building elevation plan, a cross-section plan showing typical required construction, and an electrical plan. Project requirements and building specifications will also be described in narrative form. The solicitation will also include a set of the original construction design documents from 1960 for reference. Upon approval of design documents by the GSA Contracting Officer, the contractor will then proceed with construction. The contractor shall devise a plan of action as to how work should be accomplished including demolition, method of removal of disposal of materials and equipment to be removed, and testing and start-up procedures. The contractor will be responsible for the construction of the entire project. The offer shall consist of a report of qualifications and a price proposal. A single-phase evaluation process will be used. The evaluation of offers shall be done on a go/no-go basis. If more than one offeror meets the minimum performance qualifications, then the deciding factor for making award will be price. The estimated price range for this project is between $100,000 and $250,000. The completion time for this project is one hundred eighty (180) calendar days. The NAICS/SIC code for this procurement is 233320/1542. This procurement is set-aside for small business concerns. The Request for Proposal (RFP) package will be available for downloading on or about February 28, 2001. You may contact the contracting officer for hard copies of the drawings, and they will be mailed upon request.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=M&P=GS05P01GAC0063&L=130)
Record
Loren Data Corp. 20010201/ZSOL004.HTM (D-030 SN50C2O9)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com