SOLICITATION NOTICE
C -- Jackson Place 4th Floor Fire Egress Design - Package #1
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), White House Center (WPW), 1800 F Street, Room G329, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- WPMH-11-0159
- Archive Date
- 9/30/2011
- Point of Contact
- Neil Sahu, Phone: 2022080484, Sherise Doyle-Brown, Phone: 2022080350
- E-Mail Address
-
neil.sahu@gsa.gov, sherise.doyle-brown@gsa.gov
(neil.sahu@gsa.gov, sherise.doyle-brown@gsa.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Jackson Place Synopsis SF 330 Jackson Place 4 th Floor Fire Egress Design THIS IS A 100% SET ASIDE FOR SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS (SDVOSB) CONCERNS. Firms responding to this announcement must be registered and as such in the Central Contractor Registration Database at verified as a SDVOSB at https://ccr.gov. The NAICS Code for this acquisition is 541310 and the applicable small business size standard is not more than $4.5 million dollars average annual revenues for the past three years. The area of consideration is RESTRICTED to firms with offices located throughout Washington, DC; Maryland (Montgomery and Prince George's counties); and Virginia (the cities of Alexandria and Falls Church, and Arlington, Fairfax, Loudoun, and Prince William counties). The estimated contract value range is between $10,000 and $40,000. Firms that meet the requirements listed in this announcement are invited to submit copies of Standard Form (SF) 330 PART II ONLY with appropriate documentation to the Contract Specialist, Neil Sahu, via email at neil.sahu@gsa.gov, no later than August 5, 2011, 4:00 P.M., EDST. Forms are available on the internet at: http://www.gsa.gov/portal/forms/type/TOP. ONLY E-MAIL SUBMISSIONS WILL BE ACCEPTED. Responders are solely responsible for all expenses associated with responding to this Combined Synopsis/Solicitation. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST TO SUBMIT SF 330 PART II ONLY. This requirement is subject to Availability of Funds. The completed SF330 PART II ONLY will be evaluated by the GSA White House Service Center Architect-Engineer Evaluation Board in accordance with Federal Acquisition Regulation (FAR) 36.602-1. Interviews shall be held with at least the top three firms selected based on submittal of SF330's PART II ONLY. The board shall provide a listing, in order of preference, to Contracting Office for negotiations. In accordance with FAR 36.606, negotiations shall be conducted beginning with the most preferred firm in the final selection. Interested parties shall ensure current Licensing, and have current registration in the Central Contractor Registration (CCR) database at http://ccr.gov. In addition, current Representation and Certifications must be filed via the Online Representation and Certifications Application (ORCA) at https://orca.bpn.gov. The GSA White House Service Center (WHSC), is seeking Architect-Engineering (AE) design services to provide the following: A/E SCOPE OF WORK: Provide Professional Architectural and Engineering (A/E) design services to allow code compliant pedestrian emergency fire egress out of 718 Jackson Place, 4 th floor attic/office spaces through a mechanical room into 722 Jackson Place attic space. To include survey, measurement, and consideration of all relevant details including fire and life safety, re-routing of piping and ductwork, historic preservation, and security considerations. Work under Project: WHSC Jackson Place 4 th Floor Fire Egress may include architectural, structural, electrical, piping and ductwork, fire and life safety, and historic preservation, for the proposed location. Services required are for site investigation, design development, preliminary drawings, construction drawings, specifications, cost estimates, and construction period services. The A/E will work with GSA Project Manager to develop phasing plan, prioritization of items, and budgetary costs per phase of specific fire egress, piping and ductwork, and design for the proposed location. Design will include the application of GSA space criteria to provide for the proper program space. All designs/repairs must, at a minimum, be in accordance with all applicable Federal, State and Local codes as well as the General Services Administration (GSA) publications (Master Construction Specifications, Space Criteria, Construction Standards, etc.). Work under this project may involve environmental considerations, such as lead paint and/or asbestos removal, which shall be addressed within the design and included within the Construction Solicitation Package. Construction period services shall include review of submittals and site visits, review of change orders and verification of payment requests. Once a thorough analysis of the users needs has been completed, the scope and method of meeting those needs may change and require a different approach. Upon completion of the construction, A/E shall obtain from the construction contractor a marked-up set of drawings incorporating "as-built" conditions. A/E shall submit one (1) set of reproducible "as-built" (each drawing shall be stamped "AS-BUILT" in red ink), and shall submit computer generated material depicting as-built conditions in accordance with all applicable GSA Engineering CADD requirements. A/E shall submit final "as-built" diskettes to GSA Engineering in AutoCAD 2007 (or better). REFERENCES: The project design shall be completed in accordance with this scope of work and all appropriate General Services Administration (GSA) Standards, specifications, and other criteria unless otherwise approved by GSA. The design will meet all required codes and standards. The design shall be reviewed and approved by a Registered Fire Protection engineer. The following references, as a minimum, shall be utilized for planning and design purposes: NFPA, EPA, OSHA, and all applicable local, state, and Federal regulations. THIS IS A REQUEST TO SUBMIT SF 330 PART II ONLY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPW/WPMH-11-0159/listing.html)
- Place of Performance
- Address: 718 Jackson Place, NW, Washington, DC 20006, Washington, District of Columbia, 20006, United States
- Zip Code: 20006
- Record
- SN02506069-W 20110723/110721235006-d242acf141a34ddf6d859cc61f95d6c0 (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 |