Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2020 SAM #6610
SOURCES SOUGHT

Z -- PIRNIE UPPER ENVELOPE PROJECT � ALEXANDER PIRNIE FEDERAL BUILDING

Notice Date
1/2/2020 1:54:01 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R2 OPERATIONS BRANCH B NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0220R0001
 
Archive Date
03/31/2020
 
Point of Contact
Jayshree G. Tank, Phone: 2125778681, Nicholas Uom, Phone: 2122647367
 
E-Mail Address
jayshree.tank@gsa.gov, Nicholas.uom@gsa.gov
(jayshree.tank@gsa.gov, Nicholas.uom@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A PRESOLICITATION NOTICE ONLY. The General Services Administration, Region 2, Public Buildings Service, intends to issue a Request for Proposal (RFP) # TBD, to replace approximately 28,500 sf of existing roofing systems at the Alexander Pirnie Federal Building (161� x 166�) will be replaced with new roofing systems at Alexander Pirnie Federal Building, 10 Broad Street, Utica, NY 13501.� The existing 2� thick wood planking which is located beneath the mansard roofing system- will be replaced with new 2� thick wood planking which has field fabricated R-30 insulated panels installed on top of the new planking. �The Yankee gutters will be replaced in their entirety with similar materials; and the existing roof drains and roof conductors located above the attic floor will be replaced in their entirety with new materials. �The existing slate roofing materials which are installed on the sloped portion of the mansard roof will be replaced with synthetic slate materials and a new TPO roof membrane will be installed on the flat portion of the mansard roof. �The ACM flashing materials which are installed at the six skylight structures at the Lower Roof will be abated and the six skylight structures will be demolished and the skylight openings which are located in the concrete slab beneath the Lower Roof will be closed.� The existing roofing and wood support structures at the Lower Roof and Middle Roof will be removed and replaced with new TPO roof membranes and R-30 insulation that will be placed on the existing concrete slabs that support the wood framing.� The existing roof membrane and associated insulation materials at the Upper Roof will be replaced with a new TPO roof membrane and R-30 insulation.� Guardrails will be installed around the perimeter of the flat roofs; snow rails will be installed at the lower edge of the slate roofs.� A roof� tie-off system will be installed at the peak of the slate roofs; and a secondary roof drain system will be installed at the Lower Roof and the two drain conductors will be routed through the interior of the building and terminate at the north wall at two sheep�s mouth nozzles. The project involves HVAC work and is described hereafter: a ventilation system will be installed in the attic space to regulate temperature and humidity.� The existing rooftop equipment at the Middle Roof and Lower Roof will be removed and reinstalled on the lowered roofs.� Existing electrical and mechanical systems which are hung from the mansard ceiling will be re-supported. At the conclusion of the project, the existing site will be restored to its original condition. This project has three options as described hereafter: Option One includes the following work: a steam coil with associated piping and controls will be installed at the basement AHU identified as PHCU-1 and will be installed at the second floor AHU identified as PHCU-2. Option Two includes the following work: the R-22 direct expansion refrigeration system (DX cooling coil, compressor unit, refrigeration piping, and air-cooled condensing unit) which provides cooling at the basement AHU identified as PHCU-1 will be replaced in its entirety.� PHCU-2 provides 7,030 cfm of conditioned air to the Alexander Pirnie Federal Building. Option Three includes the following work:� the R-22 direct expansion refrigeration system (DX cooling coil, compressor unit, refrigeration piping, and air-cooled condensing unit) which provides cooling at the basement AHU identified as PHCU-1 will be replaced in its entirety.� PHCU-1 provides 20,850 cfm of conditioned air to the Alexander Pirnie Federal Building. All Base Work and Options Work (if awarded) must be Substantially Complete no later than thee-hundred (300) calendar days after the Notice to Proceed is issued. TYPE OF SET-ASIDE: This requirement will be solicited as a 100% Total Small Business set-aside. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this procurement is 236220 - Commercial and Institutional Building Construction with a size standard of $39.5 Million. SELECTION PROCESS: This is single phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Experience, Past Performance, Staffing Plan, and price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined, are considered equal to price. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $1,000,000.00 and $5,000,000.00 in accordance with FAR 36.204. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. The estimated issue date for this solicitation is on or about January 17, 2020 with an estimated closing date of February 18, 2020. Upon issuance, the solicitation and supporting documentation will be posted and can be found on the Government Wide Point of Entry located at beta.sam.gov under solicitation number TBD. To be eligible for any federal contract award, a firm must be registered in the System Award Management (SAM) at http://www.sam.gov The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. There are no responses due based on this pre-solicitation notice. Questions or comments regarding this notice may be addressed to Jayshree Tank, Contracting Officer, at jayshree.tank@gsa.gov and Nicholas S. Uom, Supervisory Contract Specialist at�nicholas.uom@gsa.gov. Primary Point of Contact: Jayshree Tank Contracting Office Address: One World Trade Center, New York, New York 10007
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c77b9d2e61234153a0188aa6b91ed2c0/view)
 
Place of Performance
Address: Utica, NY 13501, USA
Zip Code: 13501
Country: USA
 
Record
SN05526289-F 20200104/200102230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.