Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2017 FBO #5524
SOLICITATION NOTICE

Z -- Hanley Upper Envelope Construction

Notice Date
1/5/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division Upstate New York Unit, 100 South Clinton Street, Syracuse, New York, 13261, United States
 
ZIP Code
13261
 
Solicitation Number
GS-02-P-17-PW-C-0001
 
Point of Contact
Katherine S. Wheeler, Phone: 3154480605, James P. Berring, Phone: 2123064904
 
E-Mail Address
katherine.wheeler@gsa.gov, james.berring@gsa.gov
(katherine.wheeler@gsa.gov, james.berring@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The project consists of building renovations at the James M. Hanley Federal Building, 100 South Clinton Street, Syracuse, New York, 13261. The base project consists of, but is not limited to, demolish existing roof system, abate roof areas, provide retrofit roof drains, provide new single-ply thermoplastic roofing system, XPS insulation and flashing, and re-coat with exact same coating material any concrete/parapet/façade portions of the building left exposed, disturbed, and/or damaged. This project was designed by N.K. Bhandari Architecture & Engineering P.C. of Syracuse, New York. The Contractor shall provide all labor, material, equipment, tools, management, and supervision. Three (3) main work areas comprising approximately 20,000 SF are identified for roofing replacement at the James M. Hanley Federal Building and Annex located in Syracuse, NY: North Tower, South Tower and Annex (including bridge).. The base work shall be conducted in phases where the Contractor must complete one roof replacement work area before another roof replacement work area can be performed. Demolition consists of removal (and where indicated abatement) of all roof areas identified on plans and specifications. Existing counter-flashings will be removed and new installed, unless noted otherwise. Roof replacement will include the installation of new fully adhered single-ply thermoplastic membrane system, and new retrofit roof drains into existing drain leaders/bodies. New insulation will be extruded polystyrene (XPS). Areas of façade impacted by or left exposed due to roof replacement work activities shall be recoated with exact coating product and color to match existing. Existing skylights are to be replaced with new. Existing abandoned mechanical equipment will be removed and disposed of. Existing active mechanical equipment currently in use shall be disconnected and reconnected as required to replace the roof. Existing rooftop equipment that cannot be taken out of service shall be left in place and roof shall be replaced up to this equipment and its supports. Communications Antenna and Satellite Dish will be temporarily disconnected to facilitate roof replacement operations. After roof is replaced, equipment will be reconnected/refastened and recalibrated for proper operation/function. Existing lighting protection system will be disconnected and reconnected. The lighting protection system will need to be re-certified as part of this project once the new roof system is installed. Base work shall include; but is not limited to, roof demolition, disconnect and reconnect of electrical, HVAC and plumbing systems, sealant and concrete coating repairs, roof installation, roof drains, roof deck repairs (as required), and flashing repairsExact work descriptions are identified and indicated in the Contract Documents. Products to be used are specified within the drawings and individual specification sections. The contractor shall comply with the project's design specifications and drawings. The work will be constructed under a single prime contract. In accordance with FAR 14.408-1, award will be made as a firm fixed price sealed bid construction contract to a responsible bidder whose bid, conforms to the invitation, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. The magnitude of this construction project is estimated between $500,000 and $1,000,000. The appropriate NAICS Code is 238160, Roofing Contractors with a size standard of $15.0 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. The procurement is 100% set-aside for small business concerns. Offers from other than small business concerns will not be considered by the agency. The required construction completion date is approximately on hundred-twenty (120) calendar days commencing one day after Notice to Proceed. The tentative solicitation release date is no earlier than 15 days after posting of this notice in FedBizOpps. The procurement is subject to FAR 52.232-18 Availability of Funds (APR 1984). To ensure that you receive all information regarding this solicitation, be sure to register to receive updates at www.fbo.gov. It is anticipated that the solicitation (IFB) will be issued on or about January 19, 2017 with bids due or about February 22, 2017. The solicitation (clauses, provisions, and bid forms) will only be available electronically on the FBO website; www.fbo.gov is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition data. Potential bidders must register with FedBizOpps in order to have access to the solicitation material. All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. To receive specifications and drawings, please fill out the document security form and send via email to james.berring@gsa.gov and Katherine.wheeler@gsa with a mailing address. Once the filled out document security form is received and the information verified, a CD with the specs and drawings will be sent out. A site visit has been scheduled for February 1, 2017 at 10:30 am. Additional information will be provided in the upcoming solicitation. The points of contact for this synopsis are James Berring, Contract Specialist, 315-751-6837, james.berring@gsa.gov and Katherine Wheeler, Contracting Officer, 315-448-0922, katherine.wheeler@gsa.gov. The Project Manager will be Jerry Boyle (Gerald.boyle@gsa.gov), GSA General Engineer, 315-448-0956.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0cf41f49793666d0a345b8590a1cbcc)
 
Place of Performance
Address: James M. Hanley Federal Building, 100 S. Clinton Street, Syracuse, New York, 13261, United States
Zip Code: 13261
 
Record
SN04364122-W 20170107/170105234219-d0cf41f49793666d0a345b8590a1cbcc (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.