Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SOURCES SOUGHT

Y -- Milwaukee Federal Building and U.S. Courthouse Facade Repair

Notice Date
4/4/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division, Capital Projects Contracting Team (47PF13), Please refer to notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
GS-05-P-17-GB-C-0004
 
Archive Date
4/27/2017
 
Point of Contact
Alexandra M Huber, Phone: 3128065027, Helen V. DiMonte, Phone: 3123531189
 
E-Mail Address
alexandra.huber@gsa.gov, helen.dimonte@gsa.gov
(alexandra.huber@gsa.gov, helen.dimonte@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Milwaukee Federal Building and U.S Courthouse Facade Restoration – Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 – Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $33.5M in average annual receipts over the past three (3) years. GSA anticipates this procurement to be posted on FBO.gov in the Spring 2017. General Information The Milwaukee Federal Building and U.S Courthouse, located at 517 East Wisconsin Avenue, Milwaukee, WI, a 5-story north building and a 7-story south building. The north building was originally built between 1892 and 1899 and is listed on the National Register of Historic places. A 5-story south building was originally built between 1929 and 1932, with a 2-story addition during the 1940s. The building totals 543,510 gross square feet. The facility is intended to remain fully functional while the facade is restored. In 2010, pieces of the granite facade broke loose from the building and fell to the ground. This occurrence prompted a study which provided an extensive stabilization plan. Structural netting was installed in 2011 as a temporary measure to prevent similar occurrences until the facade is restored. The exterior of the Courthouse is generally in good condition for the building’s age. GSA proposes to restore and/or stabilize the historic granite facade; primarily the stone cornices, gutters at the turrets, damaged granite corners and the balcony above the north entrance. The project also includes correction of failing gutters, tuckpointing, sealant repairs, and the treatment and preservation of: the exterior stone, the brick masonry, and their supporting steel structure. Scope Summary The CMc scope of work includes all labor and materials required to restore, repair, preserve and other related services necessary to restore the historic facade. The existing structure is experiencing serious cracking and displacement at the corners of the south building, as well as the six turrets of the North Building. It must be repaired to correct for the major facade deficiencies that will prevent future disruption of operations and will make for a safer and more reliable building. Additionally, this project aims to prevent further water infiltration and residual damage to the interior of the building. Project Description & Approach The General Services Administration (GSA) intends to award a Construction Manager as Constructor (CMc) contract for the Milwaukee Federal Building and U.S Courthouse, located in Milwaukee, WI. GSA envisions a highly collaborative CMc approach for this project where the CMc contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of both the team members and GSA’s requirements to deliver an economical and operationally efficient facade restoration. It is not required that the facility must meet federal energy goals. The project is also to include conformance to the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. The CMc team will be selected through a best value / tradeoff selection process. During the development period from design phase services to construction phase services the CMc team will work in close consultation with GSA, the stakeholders, the AE, and the Construction Management Assistant (CMa) to ensure that all of the goals are addressed and that best value practices are utilized. GSA will be has contracted separately for Architecture/Engineer (A/E) services and Construction Management Assistant (CMa) services. The AE and CMa will be involved in the design process to provide construction expertise, estimating and cost information, and functionality and constructability reviews. There will be an formal partnering process throughout the design and construction phases to promote successful project development and execution including an enhanced project kick-off meeting. The GSA will perform Commissioning services. All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Unique Situations/Risks The facility location, coupled with the need for continuous operation during construction, present unique challenges for the CMc teams on the project. It is intended that the facility will remain fully occupied during the entire project. No adverse impact on tenant mission will be acceptable. Responses Interested business vendors in the categories listed above shall submit their capability statement electronically, limited to 20 single sided pages. The capability statement shall be sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include: 1) a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout ( www.sam.gov ). e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include the construction team. 4) Experience with projects in design and construction of fa c ade restoration in the $20M - $30M range and were : (i) completed within the last five years; (ii) including historic granite and stone masonry, tuckpointing, sealant corrections (iii) that the offeror performed at least 15% of the work with its own organization under the contract; and (iv) that had a total project cost in the same range estimated for this project. 5) Previous occupied facilities construction experience is essential. 6) Previous CMc experience is required. 7) Statement of capability to bond for a project in the $25-$35M range. 8) Contact information: point of contact name, phone number, Email address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 20 single sided pages. Responses should be emailed not later than the date specified in this sources sought notice as follows: alexandra.huber@gsa.gov Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email not later than 1:00 p.m. Central Time, April 12, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PCI/GS-05-P-17-GB-C-0004/listing.html)
 
Place of Performance
Address: 517 East Wisconsin Avenue, Milwaukee, Wisconsin, 53202, United States
Zip Code: 53202
 
Record
SN04458548-W 20170406/170404234701-0ad6d1aa36fd8e1606be46a470ff8cce (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.