SOURCES SOUGHT
Y -- Sherman Reconstruction
- Notice Date
- 12/21/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Treasury, Bureau of the Public Debt (BPD), Division of Procurement, Avery 5F, 200 Third Street, Parkersburg, West Virginia, 26106-5312, United States
- ZIP Code
- 26106-5312
- Solicitation Number
- RFI-AFRW-12-0043
- Archive Date
- 6/15/2012
- Point of Contact
- K. Hedrick, Fax: 304-480-7203
- E-Mail Address
-
psb1@bpd.treas.gov
(psb1@bpd.treas.gov)
- Small Business Set-Aside
- N/A
- Description
- Earthquake-Damaged Reconstruction of Sherman Building DESCRIPTION This announcement is issued for informational and planning purposes. This Request for Information (RFI) is not a request for Proposals (RFP) and is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this RFI or otherwise pay for the information solicited. Responses to the RFI will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Bureau of Public Debt on behalf of the Armed Forces Retirement Home is hereby seeking sources that can provide the services defined in the attached scope of work. The objective of this RFI is to obtain technical capability statements from interested parties capable of performing these functions by providing information on past performance experience and a description of primary services provided to Government or commercial customers related to this type of work. All interested parties are hereby invited to submit a technical capability statement of no more than ten pages to illustrate technical capabilities and which must address the following areas: 1. Provide evidence for a minimum of five (5) projects that have been completed in the last ten years and are similar in scope and complexity to the masonry restoration services described in the Scope of Work section of this RFI. 2. Provide evidence for a minimum of five (5) projects that have been completed in the last ten years and are similar in scope and complexity to the interior restoration services described in the Scope of Work section of this RFI. 3. Provide evidence for a minimum of five (5) projects requiring design approvals from the District of Columbia State Historic Preservation Office (DSHPO) and/or the National Park Service (NPS) that have been completed in the last ten years and that are similar in scope and complexity to the services described in the Scope of Work section of this RFI. 4. Of the projects used to provide evidence in Items 1-3 above, indicate which projects exceeded $10,000,000 and provide the total dollar amount of each project. 5. Provide evidence for any past project experience involving a National Historic Landmark (NHL), as designated by the National Park Service. For these projects, note similarities in scope and complexity to the services described in the Scope of Work section of this RFI. 6. Provide evidence for a minimum of five (5) projects with design/build experience that have been completed in the last ten years, at least two of which were $10,000,000 or above. 7. Provide evidence for the capacity of the offeror to perform the contemplated work. 8. Provide examples of past performance in design/build work with the Federal Government; examples shall include work completed by the offeror's firm or its proposed subcontractors' firm that correlates with the contemplated work. In your response, please reference RFI-AFRW-12-0043. Responses submitted will assist the Government in its market research to determine the availability of commercial sources and the acquisition strategy in terms of set-aside requirements. In order for the Armed Forces Retirement Home to assess set-aside possibilities, interested parties shall also include a cover letter that includes company name, points of contact, telephone numbers, fax numbers, e-mail addresses for points of contact, prime or sub-contractor interest, any GSA Schedule contract the company may have, and identify the company as being one or more of the following; small business, small business 8(a), HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business, or service-disabled veteran-owned small business. Interested parties are requested to submit responses electronically to the following e-mail address; PSB1@bpd.treas.gov by 2:00 ET on January 16, 2012. SCOPE OF WORK: This is a design/build project to restore sections of the earthquake-damaged Sherman Building on the campus of Armed Forces Retirement Home in Washington, DC. The Sherman Building was constructed in three major phases beginning in 1851 and is composed of at least three types of timber and masonry load-bearing structure. The building is located within the U.S. Soldiers' and Airmen's Home National Historic Landmark and is designated a Key contributing resource to the Armed Forces Retirement Home Historic District in the National Register of Historic Places. The following services are required for this project: 1. Restoration of the Building Exterior: This work is divided into two parts. a. Part 1 is the restoration of damaged areas of the building's parapet, chimneys, and exterior walls. Restoration will include reconstruction of areas of masonry structure by hoisting and placing back onto the building a minimum of 380 stones of different sizes and profiles that either fell during the earthquake event or were removed from the building during emergency stabilization efforts following the earthquake. Some of the fallen stones were broken or otherwise damaged; hence, repair or in-kind replication of those stones will be required prior to reconstruction. AFRH created an inventory of the fallen/removed stones that will be available as baseline documentation for the restoration effort. The contractor must determine what method(s) of reconstruction to employ to both restore the appearance of the building's exterior and ensure long-term preservation and stabilization of the building. b. Part 2 is to restore the building's clock tower. Restoration will include removal the existing stones of the clock tower of the building and reconstruction of the tower using the same stones. During the earthquake, these stones shifted, destabilizing the structure of the clock tower; the upper portion of the tower is currently stabilized by a system of temporary straps that will remain in place until work commences on Part 2 of this project. Restoration of the tower also includes work similar to that described in Part 1 for stones that fell or were removed from the tower during and after the earthquake. 2. Restoration of Select Building Interiors: A comprehensive report is available indicating all areas of work required in the restoration of the interior of the Sherman Building where damage occurred during the earthquake and during subsequent exposure of the interior of the building to the elements. The damage will necessitate repairs to plaster (flat and ornamental), doors, windows, skylights, painting, flooring, etc. 3. Repair of Building Structure: Some of the wood roof rafters and floor joists supported by masonry bearing walls were damaged during the earthquake; some masonry bearing walls were also compromised due to falling stone though the roof and floor structures of the building. This part of the project includes repairs to or in-kind replacement of, where necessary, the damaged roof rafters, floor joists, masonry bearing walls, etc. 4. Historic Preservation Compliance and Approval: Design and construction work shall comply with historic preservation standards and guidelines, including but not limited to the Secretary of the Interior's Standards for the Treatment of Historic Properties, NPS Preservation Briefs, and treatment recommendations in the AFRH-W Historic Preservation Plan. The Offeror is also responsible for obtaining all necessary approvals from the District of Columbia State Historic Preservation Office (DCSHPO) and National Park Service (NPS) associated with the agency's compliance with federal historic preservation laws, namely the National Historic Preservation Act of 1966 and associated regulations. Interested offerors may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FedBizOpps site for all information relevant to desired acquisitions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BPD/DP/RFI-AFRW-12-0043/listing.html)
- Place of Performance
- Address: 3700 N. Capitol Street, NW, Washington, District of Columbia, 20011-8400, United States
- Zip Code: 20011-8400
- Zip Code: 20011-8400
- Record
- SN02643323-W 20111223/111221234406-f08d05159e887e5f1c1c0793eb6aeee6 (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 |