Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2003 FBO #0659
SOLICITATION NOTICE

Y -- Modernization of the United States Supreme Court Building

Notice Date
9/15/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-03-AOC-0002
 
Response Due
10/31/2003
 
Archive Date
7/31/2004
 
Point of Contact
Daniel Correnti, Contracting Officer, Phone (215) 446-4607, Fax (215) 209-0569, - Daniel Correnti, Contracting Officer, Phone (215) 446-4607, Fax (215) 209-0569,
 
E-Mail Address
dan.correnti@gsa.gov, dan.correnti@gsa.gov
 
Description
SOLICITATION GS-03P-03-AOC-0002 MODERNIZATION OF THEUNITED STATES SUPREME COURT BUILDING PHASE II - BUILDING The Architect of the Capitol (AOC) with the assistance from the General Services Administration (GSA) announces this opportunity for Construction Excellence in Public Buildings and the intent to issue a solicitation for construction services for the United States Supreme Court Building, identified herein as Phase II ? Building. The Phase II - Building project is based on work in an occupied historic building, parts of which are open to the public, with multi-phasing of work areas. All abatement, demolition, chopping, drilling etc. will be performed after normal working hours. All construction activities are to be coordinated with AoC building operations and the Supreme Court Police. There is no external shell or facade work, security systems, site security or landscaping. The project is viewed as a phased modernization rather than a restoration project. Work includes the following elements: (1) abatement program; (2) upgrade of the high voltage system; (3) replacement of the mechanical systems (With the exception of a partial retrofit in the 1950?s, the existing HVAC systems have remained as installed in 1935. The nature of the system necessitates complete award of all basic components, introduction of new equipment, new zoning, smoke evacuation systems, as well as contemporary controls and building management systems); (4) replacement of the electrical system (Key components of the electrical system include replacement of high voltage, secondary feeders, and smith-boards; lighting changes; distribution replacement; and the installation of generators); (5) fire alarm system (Installation of fire alarm and smoke detection systems in the 340,000 s.f. facility are necessary); (6) fire sprinkler system (A full sprinkler system is to be installed.); (7) plumbing (Refurbish a limited number of bathrooms, public and staff, for code requirements and ADA compliance); (8) windows (Refurbishing/re-anchoring existing historic bronze windows.); (9) structural and selective demolition (Scope includes off-hour selective demolition to provide access for MEP trades, limited structural steel reinforcement, reinforced concrete encasement and slab-on-grade replacements; (10) stone work (Limited removal, salvage and replacement of interior domestic white marble.); (11) new construction (Limited to interior fit-out of a 42,000 square foot space. Core and shell of this space are expected to be completed in early summer of 2004.); (12) limited vertical transportation (One new hydraulic elevator between two floors and one new book lift connecting two floors, no modifications to existing elevators.); (13) limited interior fit-out of existing building. The solicitation will be issued in two (2) parts. Part 1 will be for technical proposals and will include a set of preliminary specifications and drawings. Under this part, the Government will evaluate past performance, technical and management capabilities, general understanding of the project and security qualifications. Part 2 will be for pricing proposals and will include final specifications and drawings. Prior to issuance of Part 2, offerors will be advised of their technical standing. Firms not meeting the minimum standards for technical capability and security will be so informed and will be excluded from further participation. The remaining offerors will be informed of their technical standing so that they can make an informed decision as to whether or not to expend the resources necessary to submit a pricing proposal under Part 2. . After evaluation of pricing and technical proposals, the Government will award a single contract for the Phase II ? Building work to the responsive and responsible firm determined by the Government to be offering the ?best value? in accordance with the evaluation criteria stated in the solicitation. The estimated construction cost for the Phase II ? Building contract is $50 million to $100 million. The Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise noted), and must plan, schedule, coordinate and assure effective performance of all construction to meet United States Supreme Court Building schedule, budget and operational requirements. The Contractor must perform the work in accordance with the design specifications, drawings and provisions of the contract. To be considered for award, firms must submit proposals for both Part 1 and Part 2 on the due dates established in the solicitation. A pre-proposal conference/subcontractor outreach forum will be held approximately 10 days after issuance of Part 1 of the solicitation. The exact time, date and location of this meeting will be advertised in an amended synopsis and listed in the solicitation. Interested parties may pre-register for the forum by submitting a fax to Rudy Philiposian on 202.226.1981. Potential offerors must indicate on the fax whether they are requesting to be placed on the bidders mailing list as a prime contractor or subcontractor for this project. The solicitation for Part 1 will be issued by the Contract Specialist at GSA, Mid Atlantic Region in Philadelphia, PA, and posted electronically on the www.fedbizopps.gov website. It is anticipated that the solicitation for Part 1 (technical ) will be issued on or about October 8, 2003. The final technical specifications and drawings associated with Part 2 (pricing) will be available for review in a designated Government bid room. Any questions regarding this synopsis may be directed to Dan Correnti, GSA Contract Specialist, at (215) 446-4607. This procurement is being conducted under full and open competition on an unrestricted basis under NAIC code 236220.
 
Place of Performance
Address: Supreme Court of the United States, Washington, DC
Zip Code: 20543
Country: USA
 
Record
SN00434902-W 20030917/030915213431 (fbodaily.com)
 
Source
FedBizOpps.gov 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.