SOURCES SOUGHT
Z -- Elevator Upgrade
- Notice Date
- 6/1/2007
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Boston Service Center(1PM), 10 Causeway Street, Room 985, Boston, MA, 02222-1077, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 8003
- Response Due
- 6/15/2007
- Archive Date
- 6/30/2007
- Description
- THIS IS NOT A NOTICE OF RFP ISSUANCE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration anticipates a competitive acquisition capable of performing elevator modernization at the J. F. Williams Coast Guard Building, 408 Atlantic Avenue, Boston, MA This project consists of but is not limited to : Update existing Elevators No. 1 and 2 complete, tested and operational, including elevator equipment, cab finishes, controls, elevator machine room fire rating and air conditioning indicated on drawings and in specifications for architectural, structural, HVAC, plumbing, fire protection, fire alarm, electrical and elevators? materials, labor, demolition, testing and commissioning. Elevator No. 2 update shall be completed first, followed by Elevator No. 1 with Government approval. One elevator shall remain operational while one elevator is upgraded and the second elevator upgraded only after the previously upgraded elevator construction is complete, systems tested, and in operation for not more than 30 days and accepted by authorities having jurisdiction. The base bid contract work also includes painting existing elevator metal entry frames, cab door panels, hoisting and door panels and emergency control and signal panel work complete and operational for Elevators No. 1, No. 2, and No. 3. Maintenance on all three elevators during the construction period will be a separate item. A one year warranty after substantial completion is also a separate item. Option No. 1: Upgrade existing Elevator No. 3 complete, testing and operational including elevator equipment, finishes, controls, elevator machine room fire rating, and air conditioning indicated on drawings and in specifications for architectural, structural, HVAC, plumbing, fire protection, fire alarm, electrical and elevator materials, labor, demolition, testing, and commissioning. The work of this option shall not be deemed complete until the Elevator No. 3 upgrade is accepted by authorities having jurisdiction. Option No. 2: Provide stainless steel elevator entry frames, hoisting door panels, and miscellaneous stainless steel materials. This option shall include demolition, materials, and labor required. This cost shall be presented separately for Elevators No. 1 and No. 2 and Elevator No. 3. The costs provided for this option shall deduct the base bid amount to paint existing surfaces to be stainless steel. HUB zone and Service Disabled Veteran Owned Businesses (SDVOSB) capable of providing these services are being sought. In addition to the information provided below entitled, Capabilities Package, responding parties must also indicate their size status in relation to the applicable size standard $12 million and North American Industry Classification System (NAICS) code 238290, your status as a Federal HUB zone certified firm, SDVOSB firm. Capabilities Package: All interested firms should submit a capabilities package that outlines the firm's capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Standard brochures will not be considered as a sufficient response to this notice. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 8 pages. Submit capabilities packages by mail to ATTN: William Higgins, General Services Administration, 10 Causeway Street, Room 985, Boston, MA 02222. Responses may also be submitted via e-mail to William.higgins@gsa.gov. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 15 June 2007/3:00 P.M. EASTERN TIME. Direct all questions to the attention of William Higgins 617-565-7133. ]
- Place of Performance
- Address: J.F. Williams Coast Guard Building, 408 Atlantic Avenue, Boston, MA 02110
- Zip Code: 02110
- Country: UNITED STATES
- Zip Code: 02110
- Record
- SN01308807-W 20070603/070604110343 (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 |