MODIFICATION
Z -- Richard Bolling Federal Building 15th & 16th Floor Tenant Improvements
- Notice Date
- 5/6/2004
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Management Division (6PCA), 1500 East Bannister Road, Kansas City, MO, 64131
- ZIP Code
- 64131
- Solicitation Number
- GS06P04GZC0003
- Response Due
- 5/18/2004
- Point of Contact
- Karen Poole, Contracting Officer, Phone (816) 823-4920, Fax (816) 823-5935, - Felicia Harper, Contract Specialist, Phone 816 823-4911 , Fax 816 823-5939,
- E-Mail Address
-
karen.poole@gsa.gov, felicia.harper@gsa.gov
- Description
- NOTICE - NON-MANDATORY HAZARDOUS MATERIALS MEETING FOR INTERESTED BIDDERS: All interested Bidders are invited to attend a non-mandatory meeting at the Richard Bolling Federal Building, 601 E. 12th Street, Kansas City, Missouri, to be held at 5:30 pm on Tuesday, May 11, 2004. The purpose of the meeting will be to allow Bidders to view inside of vertical return shafts and pipe shafts in locations that cannot be opened during regular working hours. Representatives of Kingston Environmental Services, Inc. will conduct the viewing and answer questions. Contractors are encouraged to supply their own flashlights and PPE as desired. Hard hats will be required. Interested Bidders will be required to pass through building security at 5:30 pm and assemble in Conference Room N-133 on the First Floor. No building access will be permitted after 6:00 pm. ORIGINAL SYNOPSIS: The project is a continuation of Phase I of a four-phase program to renovate an 18-story office building. Approximately 80,000 gross square feet of the 1.2 million gross square foot building will be renovated in this project. Estimated cost range is $2,000,000 to $4,000,000. Completion time is 196 calendar days after receipt of Notice to Proceed, to be issued on or about July 19, 2004. This contract is restricted and limited to only those firms having (1) an existing general construction contracting office as of the date of this announcement within the bi-state Kansas City region consisting of the Kansas Counties of Johnson, Leavenworth and Wyandotte; and the Missouri Counties of Cass, Clay, Jackson, Platte and Ray; (2) a hazardous materials abatement subcontractor whose on-site supervisors for this project possess the Supervisor / Missouri State Certificate for Asbestos Related Occupations and their most recent required refresher training certificate; and (3) a data wiring subcontractor whose on-site supervisor for this project has been certified by Building Industry Consulting Services International, Inc. (BICSI). This project will be limited to floors 15 and 16 and various return-air shafts and pipe chases from floors 11 through 18. The building will be occupied during construction, however floors 15 and 16 will be vacant. Base Bid contract work includes tenant improvements consisting of new drywall partitions; minor amounts of ceiling replacement; new doors, frames and hardware; paint, plaster, and vinyl base; casework; tenant signage; redistribution of existing above ceiling HVAC; new, and relocation of, existing lighting fixtures; floor box connections for office furniture; new panel boards; and telephone and data raceway and drops. Base Bid also includes shell work consisting of patching and preparing concrete floor slab for finishes, demolition and asbestos abatement in building return-air shafts at the 15th and 16th floors, installation and finishing of new shaft walls at the 15th and 16th floors, and installation of new transformers. Option Bid work includes minor modifications in rest rooms and vending rooms; installation of epoxy terrazzo and base, vinyl wall covering and carpet; and asbestos abatement in building return-air shafts and pipe chases from floors 11 through 18. Any contractor or subcontractor performing asbestos abatement shall satisfy special competencies and provide bodily injury liability insurance written on the comprehensive form of policy of at least $1,000,000 per occurrence. Such coverage must encompass liabilities arising from work with the hazardous materials involved. The Government will not indemnify against such risk. Construction work that is disruptive to the tenants and building operations must be completed outside of normal business hours. This is a competitive negotiated acquisition using source selection procedures. Proposals will be evaluated in two stages. Stage 1 will consist of technical evaluations. Stage 2 will consist of price evaluations. Offerors must submit their technical proposals and price proposals at the same time, but in separate packages. The Government intends to use the “trade-off process” in selecting the prime contractor. The “trade-off process” is a method of evaluating price and other related factors specified in the solicitation, with the goal being to select the proposal that is most advantageous to the Government in terms of both technical qualifications and price. For this procurement, technical qualifications and price are approximately equal. Award will be made to the responsible offeror whose offer conforms to the solicitation and provides the combination of technical qualifications and price most advantageous to the Government. The Government will evaluate all proposals. Two factors will be considered - technical qualifications and price. The elements that make up the technical evaluation factors, in order of importance, are (1) Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management Plan Approach. Proposals will first be ranked according their technical quality. After all proposals have been ranked according to their technical quality, price proposals will be opened and separately ranked. The two separate ranks will be averaged together into a single total rank and the offeror with the highest total rank will be considered the most advantageous. If the ranks of two or more offerors are equal, the higher technical proposal will be the offer considered most advantageous. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/PBS/6PCA/GS06P04GZC0003/listing.html)
- Place of Performance
- Address: 601 East 12th Street, Kansas City, MO
- Zip Code: 64105
- Country: USA
- Zip Code: 64105
- Record
- SN00581475-F 20040508/040506214032 (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 |