Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2017 FBO #5536
SPECIAL NOTICE

Z -- 5TH FLOOR A&E DESIGN FOR HR RENOVATION

Notice Date
1/17/2017
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
USGS NATIONAL ACQUISITION BRANCH 205 NATIONAL CENTER 12201 SUNRISE VALLEY DRIVE RESTON VA 20192 US
 
ZIP Code
00000
 
Solicitation Number
G17PS00154
 
Archive Date
2/3/2017
 
Point of Contact
Johnson, Nicole
 
Small Business Set-Aside
N/A
 
Description
The U.S. Geological Survey (USGS), National Center Operations Branch located in Reston, VA, has a requirement for the performance of A+E (Architect and Engineer) design for construction services in accordance with the requirements set forth in this Technical Statement of Work and associated exhibits and plan drawings. The design and construction involves planned alterations to approximately 10,000 SF in the JWP building on the 5th floor to allow for occupancy.. The duration of the contract will be for 90 days from the date of an initial contract award. This requirement is set aside for small business. Design services will include the following design scope: 1.- Provide the A+E design for the Government ¿s use to create the Technical Statement of Work for the demolition and reconstruction of the 5th floor area as indicated on the provided project drawings. The construction is a slab to ceiling renovation that will require the demolition of the internal office walls completely in offices 5A326, 5A326A, 5A311, 5A309, 5A233, 5A231, 5A226, 5A228, 5A230, 5A305, 5A303, 5A215, 5A213 and 5A331 with adjoining un-numbered small rooms. Partial demolition of the walls of rooms 5A222, 5A224, 5A329, 5A327, 5A419 and 5A417 will be required. Offices 5A214, 5A216, 5A302, 5A304 and 5A306 shall be divided by constructing new walls. 5A300 shall be enclosed with an entry door. The deliverable documentation and drawings shall include the removal of walls and the design for the new walls and doors. New walls shall be noted to include electrical installation of outlets and light switches. 2.The A+E shall identify the electrical circuits that will be demolished from the walls. The design shall notate the circuit numbers and the locations of the service panels on the drawings for use of demo and reconstruction of the new area. The deliverable drawings and documentation shall include identifying circuitry that will be abandoned and providing the design for the power that will support the new systems furniture. The drawings shall indicate the location of new wall outlets. 3.The deliverable drawings and documentation shall include the new switching schedule for lighting. The existing light fixtures and occupancy sensors will need rewired and switched to support the all new areas. No addition of light fixtures is anticipated but if a newly constructed wall shall terminate on a light fixture in the ceiling it shall be noted to be removed from service with the appropriate ceiling repair. 4.The new deliverable drawings and documentation shall include sprinkler modifications and life safety modifications as needed for the reconstructed area. 5.Provide an Asbestos Abatement Plan for the project. The current mastic and floor tile under the carpet tiles are known to contain asbestos. 6.Perform a study on the existing hard ceiling currently in place in the area where the overall construction project will be performed. The area is approximately 10,000 square feet. The renovation proposes to demolish the walls of approximately 20 internal offices. This study must include a thorough physical investigation / inspection above the ceiling by a licensed structural engineer to inspect the integrity of the support system. The concern of the government is that if the walls of the inner offices are demolished will it have an impact on the structural integrity of the ceiling? If the demolition does impact the structural integrity of the ceiling then the requirement for the A+E is to provide the design for a method of reinforcement to the hard ceiling. If it is not able to be reinforced then see option 1 below for direction. Option 1 - If it is deemed that keeping the hard ceiling is not in the Government ¿s best interested based upon structural concerns or if keeping the hard ceiling will actually increase the cost to perform the project then an alternate construction of a new drop ceiling shall be provided. If this method is proposed and exercised by the Government then the A+E shall provide a design to include the drop ceiling system, sprinkler modifications, lighting alterations, electrical modifications, HVAC supply and return alterations, life safety device locations and all changes necessary to successfully complete the renovation project. If this option is executed than the A+E shall author a Technical Statement of Work for the Government to use to perform the task of replacing the ceiling and executing the entire renovation project. -Code Compliance: The Contractor shall perform all work in accordance with the most recent National Electrical Code (NEC), National Fire Protection Association, and Virginia Uniform State-wide Building Code as applicable to commercial and institutional facilities. -Sustainability: consult USGS Sustainability Construction Checklist for incorporating sustainability into the design. The USGS is requesting Contractor Capability Statements at this time. All A&E firms responding to this announcement will be evaluated on the following criteria: (1) professional qualifications necessary for satisfactory performance of required services; (2) specialized experience and technical competence in the type of work required; (3) capacity to accomplish the work in the required time: (4) past performance on similar contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Type of contract: Firm fixed price. Those firms that meet the requirements described in this announcement and wish to be considered must submit an SF 330 Part 1 with their capabilities statement. The successful firm will be awarded a Firm-Fixed Price purchase order based solely on the data contained on the SF-330, references, and questions and answers or pre-selected firms. Upon successful completion of the negotiations with the selected firm, a purchase order will be issued. Award will be made under the Simplified Acquisition Threshold of $150,000. Facsimile or mailed copies will not be accepted. Please provide the following additional information on the form(s): Tax Identification Number (TIN) and DUNS number. All contractors doing business with the Government are required to be registered in the System for Award Management (SAM). For additional information, or to register with SAM, access http://www.SAM.gov. The applicable NAICS codes are 541310 and 541330. Questions are due via email to nsjohnson@usgs.gov on Tuesday, January 24, 2017 at 2:00 PM ET. Submittals are due via email to nsjohnson@usgs.gov on Friday, February 3, 2017 at 2:00 PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G17PS00154/listing.html)
 
Record
SN04373093-W 20170119/170117234630-0740d880c228d12e4981b39dcf033488 (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.