Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Z -- Elevator Replacement/Repair - USPO Courthouse / Galveston, TX

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMO), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102
 
ZIP Code
76102
 
Solicitation Number
RTX10016ELEVGalveston
 
Point of Contact
Sylvia Garza,
 
E-Mail Address
sylvia.garza@gsa.gov
(sylvia.garza@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: GSA is seeking sources capable of performing an elevator repair and renovation project involving two elevators at the Federal Building/Post Office/Courthouse Building in Galveston, TX. This elevator was in the basement when the basement was flooded, the water was over the top of the elevator cab. All of the cab, platform, hoist ropes, car doors, hoistway doors and entrance, door operators (2), safeties, wiring and fixtures must be replaced or repaired to like new condition. All of the hoistway wiring and all devices that are in the elevator hoistway below the first floor landing must be replaced. Basically, everything on the elevator except the controller and hoist machine will need replacement. All Marshal's security equipment, i.e. camera's keypad, etc., shall replaced by the USMS security contractors and is not a part of the elevator work. Also provide a pit flood monitoring device conforming to the following specification. PIT FLOOD ALARM: Provide a two-stage pit flood device. Stage I shall operate when the water level exceeds two inches above the pit floor, and shall activate a bell mounted in the pit. 1. Stage II shall operate when the water level exceeds six inches above the pit floor, and shall activate a circuit which shall initiate Emergency Fire Service Recall Phase I to recall to the second (alternate fire) landing, and remove the elevators from operation until the pit flood device has been reset. 2. The lowest level car call shall be blocked on Emergency Fire Service Phase II only on pit flood alarm operation to prevent operation into a flooded pit. SALLYPORT ELEVATOR NO. 4 This elevator was also in the basement when flooded, but the hydraulic elevator machine room is also located in the basement. This elevator and ALL of the associated equipment was destroyed by floodwater. The cab, platform, hoistway doors, car doors, door operator, jack, pump unit and all piping, wiring and fixtures must be replaced or repaired to like new condition. The only part of the elevator that can remain is the guide rails. A complete new elevator will be required. All Marshal's security equipment, i.e. camera's keypad, etc., shall replaced by the USMS security contractors and is not a part of the elevator work. Also provide a pit flood monitoring device conforming to the following specification. PIT FLOOD ALARM: Provide a two-stage pit flood device. Stage I shall operate when the water level exceeds two inches above the pit floor, and shall activate a bell mounted in the pit. 1. Stage II shall operate when the water level exceeds six inches above the pit floor, and shall activate a circuit which shall initiate Emergency Fire Service Recall Phase I to recall to the second (alternate fire) landing, and remove the elevators from operation until the pit flood device has been reset. 2. The lowest level car call shall be blocked on Emergency Fire Service Phase II only on pit flood alarm operation to prevent operation into a flooded pit. All work performed under this contract shall meet or exceed the current ASME-A17.1, Elevator Code and the Uniform Federal Accessibility Standards. The project number is RTX00480 and the estimated cost is $650,000. The NAICS Code is 238290 and the current size standard is $12 Million. It is anticipated that this project will take approximately 90 days to complete. Award of any resulting procurement will be based on a source selection, best value to the Government, methodology. The solicitation issue date will be on and or about March 26, 2010. The proposal due date will be on or about April 19, 2010. The date for a pre-proposal conference will be established and posted as part of the Solicitation package. We consider attendance at this conference vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. To be eligible for contract award, a firm must be registered in the Central Contractor Registration at http://www.ccr.gov and have completed a on-line Representations and Certifications at https://orca.bpn.gov. Any questions regarding this notice must be submitted in writing or via email to: Sylvia Garza, Contracting Officer 819 Taylor St., Rm 12B, 7PQC Fort Worth, TX 76102 sylvia.garza@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/RTX10016ELEVGalveston /listing.html)
 
Place of Performance
Address: U.S. Post Office Courthouse, 601 Rosenbert St., Galveston, Texas, 77550, United States
Zip Code: 77550
 
Record
SN02091392-W 20100314/100313000005-1b43b39ee348c44dc4c8c45c4f073f8d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.