SOLICITATION NOTICE
Z -- Renovation of the Lobby Vestibule of the James A. Byrne Courthouse
- Notice Date
- 1/16/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building 20 N 8th Street, 8th Floor, Philadelphia, PA, 19107-3191
- ZIP Code
- 19107-3191
- Solicitation Number
- GS-03P-03-AZC-0011
- Point of Contact
- Nancy Morris, Contract Specialist, Phone (215) 656-5958, Fax (215) 656-5836, - Sharyn Beasley, Realty Services Technician, Phone (215) 656-6121, Fax (215) 656-5836,
- E-Mail Address
-
nancy.morris@gsa.gov, sharyn.beasley@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is for the procurement of a construction firm to provide all supervision, labor, materials, and equipment required to renovate the lobby vestibule of the James A. Byrne Federal Courthouse, 6th & Market Streets, Philadelphia, PA. The project will consist of renovations to the existing courthouse vestibule lobby and construction of a new vestibule. The lobby is approximately 335 square meters. Contractor will be required to submit as part of their proposal a delivery/implementation schedule based on the contract's period of performance: 1. The duration of this project is 180 days. The contractor must submit a plan that discusses how they will deliver the project on time and deal with the following issues: a. Logistics- How will the contractor perform various tasks on the project such as coordination of all subcontractors, submittal schedule, safety coordination with public sidewalk and temporary security barriers. b. Schedule/Phasing ? How does the contractor plan to phase the project so that the Market St entrance is minimally interrupted? Is the schedule realistic and reflect a submittal schedule? Included in the renovations are: Demolition: 1. Demolition for salvage of the existing glass wall and flanking exterior granite column covers at Market Street Entrance. Removal of existing building signange. 2. Demolition of existing ceiling finishes, sprinkler heads and lighting above entrance vestibule. 3. Demolition of wall at the northeast corner of the vestibule for new opening including salvage for reuse of existing granite wall panels. New Construction: 1. Construction of new glass entrance wall on granite plinth and limestone fa?ade. New glass entrance doors with automatic door operating system and security controls on one pair of doors. New baseboard heat in stainless steel cover. New flanking interior granite walls. New vestibule veneer plaster partition with new aluminum door to basement stairs, new veneer plaster display wall with employees cellular telephone lockers. New recessed walk-off mat. New exterior paving. 2. New doorway through granite wall with door. Structural preparations and electrical rough in for future ADA wheelchair lift and accessories to be ?equipment ready?. 3. Construction of new gypsum board ceiling, sprinkler heads and lighting on new support system above vestibule. New veneer plaster wall at basement stair landing. 4. New signage, including inscription for building address, stainless steel letter for building name and relocation of building directory and map. 5. Modification and extension of existing mechanical, electrical and plumbing systems required to accommodate new work. Option 1: North Side Concourse Glass Walls and Doors and Ceiling Finish, Electrical and Mechanical Work: 1. Remove existing entrance wall and salvage doors and frame for government use. Provide new automatic door opener with push buttons, new intercom, keycard reader electric strike, panic hardware and two way butt-glazed single-pane clear glass wall and doors to code with structural supports. 2. Remove existing ceiling finish and electrical fixtures, modify existing mechanical system and install new lighting and ceiling finish on existing support system in concourse. 3. Cutting and patching of existing granite, terrazzo and plaster and ceiling finishes in the concourse. Option 2: New Escalator Area Ceiling and Lighting 1. Remove existing ceiling, floor and wall finishes and ceiling electrical fixture. Remove existing wall at second floor landing and existing doors. 2. Provide new wall, floor and ceiling lighting. 3. Cutting patching of existing terrazzo finishes to be included. Option 3: New GFRG Column Covers, terrazzo Floor Finish and Ceiling Patch 1. Remove granite column surrounds and return to owner or salvage for reuse. Remove CMU back up wall, area of existing terrazzo floor at the base of the columns and provide new terrazzo to match exisiting. 2. Additional cutting and patching of existing terrazzo finishes to be included with this option. Option 4: New ADA Wheelchair Lift and Corridor Area, Ceiling, Lighting and Floor Finish 1. Provide new automatic call push button, for new enclosed ADA hydraulic lift to code with structural supports. 2. Remove existing door to Library and infill wall. Remove existing ceiling wall and floor finish and electrical fixture, modify existing mechanical and electrical system and install new lighting and ceiling finish on existing support system in corridor. Install new terrazzo floor. The estimated price range for this project is between $500,000 and $1,000,000. This project is in metric units of measurement, drawings and specifications are prepared in metric units. This procurement is set aside for small businesses only. The NAICS code for tis project is 233320. Liquidated damages are $704 .00 per day. This will be a negotiated procurement using Definitive Responsibility Criteria. The Definitive Responsibility Criteria are as follows: Definitive Responsibility Criteria In order for the apparent low bidder to be deemed responsible, which is a mandatory condition for award of the contract, both the General Construction Bidder and the subcontractor, who will perform work under the contract MUST meet certain criteria. The Bidder must submit evidence demonstrating that the bidder meets the definitive responsibility criteria for the general construction bidder with the bid, including the criteria for the Project Manager, Project Engineer, and Superintendents. The Bidder with the bid must submit evidence demonstrating that the proposed subcontractors meet the applicable responsibility criteria. FAILURE TO SUBMIT THE REQUIRED EVIDENCE AND /OR RELATED INFORMATION AS REQUESTED BY GSA WILL RESULT IN A FINDING OF NON-RESPONSIBILITY as defined by FAR part 9. A. General Construction Bidders (The Bidder) Past Performance: 1. Number of projects - the bidder shall have successfully completed, within the last five - (5) years, at least two (2) separate projects, similar in scope of work. 2. Size - a construction cost of three hundred and fifty (350) thousand dollars or more, each involving fully occupied buildings. 3. References - deemed to have been successfully completed are those, which were considered to be successful by the building owner, or their representative, with respect to schedule, cost, and quality of work. Also, projects listed should demonstrate the bidder's ability to maintain uninterrupted operations in any area affected by these construction projects. Projects not meeting this requirement will NOT qualify. For each project identified, bidders will be required to provide the following information: a. Name and Location of the project. b. Description of the work. c. Description of the work performed by the proposed project manager/superintendent, including their role/title on the project. d. Total dollar value of the project and the value of work completed by the contractor. e. Size of the project. f. Completion date of the project. g. One owner contact, including the owner's name, current address, current telephone number, and a knowledgeable reference (either the Owner or Architect's representative during construction, or the individual currently responsible for the Building. Projects with references that cannot be contacted will not qualify. B. Definitive responsibility criteria for Glazing Subcontractor: 1. Definitive responsibility criteria for subcontractors performing Glazing work MUST be met, and demonstrated as a condition of contract award to the bidder. In addition to meeting the experience, and qualification requirements set forth in the technical sections of the specifications for the work they will perform, the glazing subcontractor must demonstrate a past relationship with the bidder, and successful experience on two (2) projects, completed within the last five (5) years (no dollar limit). One of the projects must have involved renovations in occupied buildings, as described above for general contractors. This experience may be with any general contractor. Bidders may propose more than one (1), and a maximum of four (4) potential glazing subcontractors. If none of the proposed subcontractors meet the required criteria, the bidder will be determined non-responsible. C. Definitive responsibility criteria for Project Management Plan: 2. Definitive responsibility criteria must be met for the bidders' (general contractor's) designated on site. Project Manager ? full time, reporting during business hours Superintendent ? full time, reporting during all construction activities including off hours Safety Engineer ? part time as needed, assuming 1wk per month for safety inspections and reports. Subcontractors cannot fill these positions; the personnel are required to be employees of the general contractor. The criteria is as follows: a. All must have been an employee of the bidder for at least the previous two (2) year period. b. The Project Manager shall each possess a four (4) year college degree and five (5) years of construction experience, or ten (10) years of Project Management construction experience. The General Superintendent must possess five (5) year's of construction experience as a General Superintendent. The Safety Engineer must be OSHA certified. c. The proposed project manager and superintendent, must have been a full-time for at least one (1) renovation project of 350 thousand dollars or more in total construction cost and within partially/fully occupied space. This experience must have been as a general contractor's project manager superintendent or safety engineer with responsibilities that include but are not limited to: managing, sequencing, overseeing quality control, coordinating the work of subcontractors, issuing safety reports and preparing and monitoring project schedules. d. All information required by Section "C" regarding the qualifying Projects, Project Manager and Superintendents, must be submitted by the bidder with the bid. 3. For each Project identified, bidders will be required to provide the following information: a. Name and Location of the project. b. Description of the work. c. Description of the work performed by the proposed project manager/superintendent, including their role/title on the project. d. Total dollar value of the project and the value of work completed by the contractor. e. Size of the project. f. Completion date of the project. g. One owner contact, including the owner's name, current address, current telephone number, and a knowledgeable reference (either the Owner or Architect's representative during construction, or the individual currently responsible for the Building. Projects with references that cannot be contacted will not qualify. The anticipated release of the solicitation will be on or about January 30, 2003. Drawings will be made available on or about January 30, 2003, upon request, in the form of Autocad documents on a compact disc. The disk will include all drawings relevant to this project. Interested parties should fax a request to GSA at (215) 209-0696. A written request will also be accepted at the General Services Administration, Philatlantic Service Center (3PP), The Strawbridge Building, 20 North 8th Street, 8th floor, Philadelphia, PA 19107. The point of contact for this project is Nancy A. Morris, Contract Specialist at (215) 466-4692, the Contracting Officer for this project is Doreen Waltrich. All contractors must complete the Document Security Paperwork and return to GSA prior to receiving copies of any drawings and specifications. Request for Construction Documents Solicitation GS-03P-AZC-0011 DOCUMENT SECURITY NOTICE TO PROSPECTIVE BIDDERS/OFFERORS This solicitation includes Sensitive But Unclassified (SBU) building information. SBU documents provided under this solicitation are intended for use by authorized users only. In support of this requirement, GSA requires bidders/offerors to exercise reasonable care when handling documents relating to SBU building information per the solicitation. REASONABLE CARE: 1. Limiting dissemination to authorized users. Dissemination of information shall only be made upon determination that the recipient is authorized to receive it. The criterion to determine authorization is need-to-know. Those with a need-to-know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, sub-contractors, suppliers, and others that the contractor deems necessary in order to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors. NOTE: It is the responsibility of the person or firm disseminating the information to assure that the recipient is an authorized user and to keep records of recipients. Authorized users shall provide identification as set forth below: Valid identification for non-Government users. Authorized non-Government users shall provide valid identification to receive SBU building information. The identification shall be presented and verified for each dissemination. Valid identification shall be all items (a) through (c), below, and including item (d), as necessary: (a) A copy of a valid business license or other documentation granted by the state or local jurisdiction to conduct business. The license at a minimum shall provide the name, address, phone number of the company, state of incorporation, and the name of the individual legally authorized to act for the company. The business must be of the type required to do the work. A general contractor?s license may be substituted for the business license in states that issue such licenses. In the rare cases where a business license is not available from the jurisdiction, the information shall be provided and testified to by the submitter; and (b) Verification of a valid DUNS Number against the company name listed on the business license or certification. Verification may be obtained through http://www.fpdc.gov, or by calling Dun & Bradstreet at 703-807-5078 to set up an account; and (c) A Valid IRS Tax ID Number of the company requesting the information; and, as necessary, (d) A Valid picture state driver?s license shall be required of person(s) picking up SBU documents. Phone verification must be made to a previously validated authorized user that the individual(s) picking up the documentation is authorized to do so by the company obtaining the documents. SBU documents will not be released to any individual or firm who has not, either previously or at the time of pickup, supplied the required documentation as outlined in paragraphs (a) through (c), above. 2. Retaining and destroying documents. The efforts required above shall continue throughout the entire term of the contract and for whatever specific time thereafter as may be necessary. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CD?s, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. 3. Term of Effectiveness. The efforts required above shall continue throughout the entire term of contract and for what specific time thereafter as may be necessary, as determined by the Government. Necessary record copies for legal purposes (such as those retained by the architect, engineer, or contractor) must be safeguarded against unauthorized use for the term of retention. 4. Written agreement of disposal. For all contracts using SBU building information, the contractor shall provide a written statement that he and his subcontractors have properly disposed of the SBU building documents, with the exception of the contractor?s record copy, at the time of Release of Claims to obtain final payment. Documents no longer needed shall be destroyed (such as after contract award, after completion of any appeals process or completion of the work). Destruction shall be done by burning or shredding hardcopy, and/or physically destroying CDs, deleting and removing files from the electronic recycling bins, and removing material from computer hard drives using a permanent erase utility or similar software. The recipient acknowledges the requirement to use reasonable care, as outlined above, to safeguard the documents and, if not awarded, the contract (and at the completion of any protest/appeal process) will make every reasonable and prudent effort to destroy or render useless all SBU information received during the solicitation. I agree that I will abide by this agreement and will only disseminate Sensitive But Unclassified (SBU) building information to other authorized users under the conditions set forth above. Signature:______________________________________________ Title:__________________________________________________ Date:__________________________________________________ Copy of business license attached DUNS Number:_________________________________________ Verified: Yes No IRS Tax ID Number______________________________________
- Place of Performance
- Address: James A. Byrne Federal Courthouse, 6th & Market Streets, Philadelphia, PA 19107
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN00240776-W 20030118/030116213907 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |