SOURCES SOUGHT
Z -- Z--ADA Restroom Renovation, U.S.ARMY Corps of Engineers, Galveston District, Jadwin Building, Galveston, Texas 77550
- Notice Date
- 7/26/2010
- Notice Type
- Sources Sought
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- USACE District, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553-1229
- Solicitation Number
- W912HY-10-S-0015
- Response Due
- 8/2/2010
- Archive Date
- 10/1/2010
- Point of Contact
- BERTRAM SCOTT, (409) 766-3940
- E-Mail Address
-
USACE District, Galveston
(bertram.r.scott@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOUCES SOUGHT ANNOUNCEMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business firms relative to the North American Industry Classification Code (NAICS) 236118. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $100,000.00 and $250,000.00. Project Information: The Contractor shall provide all equipment, personnel, supplies and any licenses required to perform the work. The work shall consist of renovating men/women restrooms second floor of the Jadwin Bldg located on Fort Point Reservation. This work would involve demolition and renovation. The restrooms would be made accessible to the disabled. The project would be limited renovation in accordance with CORPS guidelines, involving the following: a.Structural Systems b.Mechanical Systems c.Electrical Systems d.Fire Safety e.Utilities System (Plumbing) 2.This project includes upgrade men/women restrooms to make it compliant with American Disabilities Act (ADA) guidelines. 3.Demolish restrooms--Demo / Drywall / Ceiling / Work to Accommodate Layout 4.Remove formica counter-top and replace with (single slab) of granite for long-lasting, durability. Seal to prevent staining. Type and color of granite will be selected by Facility Manager. 5.One countertop area must be compliant to meet ADA standards. 6.Remove antiquated plumbing fixtures and replace sink fixtures with new, commercial-grade faucets. Faucets must be standardized, energy efficient and have auto-turn on feature/capability when putting hands under the faucet. nChange Plumbing to ADA Compliance (New Carrier Layout) Example of the ADA compliant sink fixture requirements are as follows: ADA Compliant, Automatic Electronic Pedestal Hand Washing Faucets operate by means of an infrared sensor. When the user enters the sensors effective range, the Solenoid activates the water flow. Tempered water flows from the Faucet until the user steps away. The Faucet then automatically shuts off. Hygienic The ultimate in sanitary protection - there are no handles to turn or buttons to push. Helps to control the spread of infectious diseases. Economical Automatic operation provides water usage savings over other faucet devices. Reduces maintenance and operation costs. The project will meet Texas Department of Licensing and Regulations) codes and American Disabilities Act standards and be submitted to a registered accessibility specialist for review and design approval. During the renovation stage (1) one set of restrooms will be closed for work accomplishment and the majority of the project can be accomplished during normal CORPS hours, 0700 to 1600 Monday through Friday. The Period Of Performance for this project is 120 days. Quality requirements for the project would be as follows: a. All work shall be done by a suitable experienced, state certification and qualified contractor, having trained and competent personnel adequate for the scope of work. b. Ensure personnel have the necessary Personal Protection Equipment (PPE) and equipment to safely perform the task. d. MSDSs are required for all chemicals used in the demolition and renovation phase. e. The Contractor will exercise extreme caution while working on Fort Point Reservation no CORPS property or equipment is damaged. Use of motor vehicles on any grass areas is prohibited. f. Written documentation and certifications on all electrical and plumbing work is required during renovation and after completion. Contractor Provisions The Contractor shall comply with all applicable regulations regarding safety and health; maintain certifications and/or licenses as required to perform repair, installation and testing services; submit a written DAILY REPORT to the Logistics Office (facilities management) at the end of each work day which shall include findings and recommendations; and provide and post all MSDSs for chemicals used. Contractor shall follow the requirements of EM 385-1-1, Army Corps of Engineers Safety and Health Requirement Manual dated 15 Sep 08 and/or OSHA 29 C.F.R. regulations whichever is the most stringent. General Provisions The Contractor shall follow all applicable regulations for vehicle operation on Fort Point Reservation and provide all insurance certification in accordance with FAR 52.228-5, Insurance, Work on a Government Installation. No additional work shall be performed without the approval of the Contracting Officer. Submission of cost proposals for additional work not included in the proposal/contract shall be submitted within three (3) days of identification. A work schedule shall be submitted to the Corps of Engineers with a timeline/critical path prior to contract startup. The work schedule is subject to approval of the Contracting Officer such that impact on Jadwin employees causes minimal delay in mission assignments. All Contractor employees shall obtain a felony clearance and wear Corps ID badges while on the Fort Point Reservation. Coordinate with the facility manager to get a temporary parking access card to perform work in the parking garage. Clean-up Contractor shall ensure all debris, trash, and surplus material, etc., is removed from the site daily, that relate to the trade and work from the premises. The Contractor must deposit all debris and/or HAZMAT items in an approved dump site or recycle center. Collection and disposal of debris and trash shall be at the expense of the contractor. Construction areas will be returned to original/existing condition prior to the restroom renovation. Some other requirements you would need to be aware of involve the following: Test granite slab (countertop) for radioactivity Noise Security Requirements (felony background check) Safety Requirements Utility/HVAC/Fire Isolation Knowledgeable of current American Disability Act (ADA) requirements Temporarily close 2nd floor restrooms until renovation is complete Notify Union before starting project Debris MSDS listing/Hazardous materials used on the job site. There would be a Liquidated Damages Daily amount for each calendar day of delay until the work is completed or accepted. Performance And Payments Bonds would be a requirement. If you csn meet all of the requirements for the project, please respond to this sources sought by fax, email or mail to U.S. Army Corps of Engineers, Galveston, Texas, 77550, Phone (409) 766-3940. The fax number is (409) 766-3010. The e-mail address for Mr. Scott is Bertram.R.Scott@usace.army.mil. Responses must be received no later than 10:00 A.M. Central Daylight Time (CDT), on 2 Aug 2010. The following information is required: Data Universal Numbering System (DUNS) & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). Name of firm w/address, phone and fax number, and point of contact. State what type of Small Business you are (i.e. Hubzone, etc.). Provide documentation for your firm on past or similar efforts as a prime contractor, in the last three (3) years. The Documentation shall include contract number, project location, description of the work requirements, contact and phone number for each effort. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. For Technical questions contact Curtis Walker, Facility Manager at (409) 766-6312, Fax (409) 766-3014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-10-S-0015/listing.html)
- Place of Performance
- Address: USACE District, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Zip Code: 77553-1229
- Record
- SN02217507-W 20100728/100726234845-cb4a3da30d520b0e31fb6e13bd18c75a (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 |