SOLICITATION NOTICE
Z -- ELEVATOR MODERNIZATION, MICHAEL J. DILLON U.S. COURTHOUSE , BUFFALO, NY
- Notice Date
- 4/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Upstate New York Service Center (2PMC-U), James M. Hanley Federal Building & Courthouse, Room 1350, 100 South Clinton Street, Syracuse, NY, 13261-7005, UNITED STATES
- ZIP Code
- 13261-7005
- Solicitation Number
- GS-02P-07-PW-C-0015
- Response Due
- 6/4/2007
- Point of Contact
- Irma Ferro, Contracting Specialist, Phone 315-448-0925, Fax 315-448-0968, - Marilyn Porter, Contract Specialist, Phone (315) 448-0973, Fax (315) 448-0929,
- E-Mail Address
-
irma.ferro@gsa.gov, marilyn.porter@gsa.gov
- Description
- THIS IS A SYNOPSIS AS REQUIRED BY FAR PART 5.2 – THIS IS NOT A REQUEST FOR BIDS. VENDORS SHOULD NOT SUBMIT FORMAL BIDS UNTIL THE INVITATION FOR BID IFB)IS POSTED TO THIS WEBSITE. Request for IFB Notice for a Firm Fixed Price Contract for Elevator Modernization at the Michael J. Dillon Federal Building and U.S. Courthouse and Federal Building in Buffalo, New York. JOB PCN: RNY20503. This procurement is issued under the Small Business Competitiveness Demonstration Program. Open to Large and Small Business Concerns. The North American Industry Classification System (NAICS) Code for this project is: 238290 and the size standard is $12 million. The General Services Administration (GSA) will issue the IFB: on or about 5/1/2007. Receive Bids: on or about 6/4/07. Open Bids: on or about 6/4/07. The magnitude of this construction project is estimated between $500,000 and $1,000,000. In accordance with FAR Part 28.102-1, 28.102-2 and FAR Clause 52.228-13, Alternative Payment Protections must be accompanied by a payment bond or an irrevocable letter of credit in the amount of the original contract price. The required contract completion time is 360 calendar days from time of the Award. The selected Offeror must demonstrate a history of specialized experience in historical restoration. The Contractor shall provide all labor, material, and disposal required to modernize the buildings interior elevators as shown and as specified. This project consists of, but is not limited to, Elevator Modernization/General Construction, Mechanical/Fire Protection work and Electric work. The work will include the upgrade of three (3) existing passenger elevators and will be accomplished in three (3) phases. One (1) elevator at a time will be completed before starting work on the other elevators. Work also includes building mounting elevator controls and car mounted electrical work. Replace the existing metal door and frame in the elevator Penthouse with insulated metal door and frame. Remove the existing window and install an insulated wall panel and aluminum frame in the elevator penthouse. Provide new sprinkler heads and supply piping as indicated on the drawings. Remove and reinstall the existing sprinkler heads in the penthouse and elevator shafts. Provide gypsum board rated enclosure at metal louver with dampers in the penthouse window opening. Disconnect and remove the existing electrical lighting equipment and wiring. Electrical lighting equipment and wiring will be replaced with new. The work performed must comply with ADA/UFAS requirements. Require contractor to provide supervision, labor, equipment, and materials to modernize three (3) elevators in the Michael J. Dillon United States Federal Courthouse and Federal Office Building, Buffalo, NY. The contractor shall also provide service and maintenance on the three (3) elevators during the construction period. The contractor’s price shall also include maintenance for one-year and a one-year warranty after substantial completion of all three (3) elevators. This is a sealed bid acquisition. In accordance with FAR Part 14, bids shall be evaluated without discussions. The government intends to make a single award. After bids are publicly opened, an award will be made with reasonable promptness to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors, if applicable, which are included in the invitation. The invitation for bid will be available from GSA through the government point of entry via the Federal Business Opportunity (FedBizOps) website (http://www.fbo.gov/). All responsible sources may submit a bid, which will be considered by the agency. The solicitation will be available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government system databases such as FedBizOps and the Central Contractor Registration (CCR) database, and is available for use by all Federal Agencies. At a minimum all vendors must supply the following information: company CCR, Marketing Partner Identification Number (MPIN), company DUNS Number or CAGE Code company telephone number, and company e-mail address. Once registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered with both sites. You may access FedTeDS via the internet at www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor’s responsibility to monitor FedBizOps for any changes or amendments. Contractors will be required to sign a Document Security Notice that includes a street address, telephone number, business license or other documentation granted by the state or local jurisdiction to conduct business, valid DUNS number, valid IRS Tax ID Number and e-mail address. The Document Security form will be available once the solicitation is posted at http://www.fbo.gov. Any offeror submitting a bid is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. You will need to review and/or update your ORCA record when changes are necessary, but at least annually to maintain an active status. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 20-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/2PMCU1/GS-02P-07-PW-C-0015/listing.html)
- Place of Performance
- Address: Michael J. Dillon U.S. Courthouse, 68 Court Street, Buffalo, NY
- Zip Code: 14202-1389
- Country: UNITED STATES
- Zip Code: 14202-1389
- Record
- SN01324312-F 20070622/070620224110 (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 |