SOLICITATION NOTICE
Z -- USAO Ninth Floor Remodel -JL King Justice Building, Miami FL
- Notice Date
- 11/24/2020 1:35:26 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R4 ACQUISITION MGMT DIVISION ATLANTA GA 30303 USA
- ZIP Code
- 30303
- Solicitation Number
- 47PE0721R0015
- Response Due
- 12/8/2020 1:30:00 PM
- Archive Date
- 12/23/2020
- Point of Contact
- Ric J. Sochor, Phone: 8132156989, Cathal Duffy, Phone: 4075368845
- E-Mail Address
-
ric.sochor@gsa.gov, cathal.duffy@gsa.gov
(ric.sochor@gsa.gov, cathal.duffy@gsa.gov)
- Small Business Set-Aside
- SDVOSBS Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
- Description
- GSA Public Buildings Service, Acquisition Management Division, Florida Branch (4PQF) 501 E. Polk Street, Suite 805�Tampa, Florida 33602 is issuing a PRE?SOLICITATION NOTICE for a Request for Proposal (RFP), firm fixed price general construction design build contract to perform the work listed below in the project summary. This acquisition is 100% set aside for Service Disabled Veteran Owned Small Business concerns under NAICS 236220, (size standard $39.5 Million). The magnitude of the procurement is estimated to be between $500,000 - $1,000,000. Project Location: James L. King Federal Justice Building, Miami FL 99 N.E. 4th Street, Miami, FL 33040 Project Summary: This is a Design/Build project to reconfigure and renovate USAO office space as specified in the applicable floor plan layouts provided herein. Project includes selective demolition. New Construction requirements as follows: Contractor to install new partition metal stud walls. All new metal walls will be constructed using 20 gauge 3 5/8�, 16� O.C. studs. New metal walls shall run from floor to pan above (WT-01A and WT-03), unless otherwise noted (WT-05), and be secured as necessary to pan above to prevent any deflection. Please see attached architectural floor drawings and details on WT-01A, WT-03 and WT-05 for location of new walls and wall construction requirements. Contractor to install shower walls in accordance with specifications in WT-07 and meet the STC 45 sound transmission requirements. All wall tracks on floor and ceiling shall be caulked on both sides per WT-07 and shower areas finished with moisture resistant 5/8� gypsum board or 5/8� Cementous Backer Board. Electrical Contractor shall install new electrical wall outlets in new walls, room light switches and re-circuit the existing electrical in existing walls as needed. Contractor to ensure a separate lighting switch for lights at each office door and provide pathway lighting for safe entry/exit as needed. Contractor to ensure work will comply with agency layout and current Electrical Code. See attached electrical drawings for wiring requirements. Plumbing Contractor to core floors for new water closet and showers (Rooms 910 and 911) as needed for shower, water closets and sink connections. Contractor will X-Ray floor to show where electrical and other items are buried in the concrete. Items will be marked on concrete slab to prevent any damage during coring of floors. Plumbing Contractor to install new waste lines for added sinks, water closets and showers (Room 910 and 911) and will be suspended from pan below. Water closets will be wall mounted and will have backing installed for support by framing contractor. All waste lines will be �cast iron�. NO PVC will be allowed on the project. Plumbing Contractor to install hot and cold water supply lines as needed to each cabinet layout. Plumbing Contractor acknowledges that only �L� copper will be utilized and will be suspended, run behind walls or overhead ad needed. NO CPVC will be allowed on the project. If NO hot water supply is available to supply the hot water needs to the various added sinks per the specifications then a change order will be allowed for the added electric, small hot water heater and labor to install the unit. The final determination will be made by the USAO Representative to install this option if wanted. Contractor to coordinate coring of floors with the USAO Representative and to allow access into rooms below. Contractor to cover and protect all material and equipment in offices below during the coring, installation of waste lines and water supply lines. Contractor to wipe down all furniture and personal items when coring is complete. CONTRACTOR IS AWARE THAT THE CORING OF THE CONCRETE FLOORS AND ANY ASSOCIATED WORK FOR WASTE LINE AND SUPPLY LINES WILL/MAY HAVE TO BE DONE AFTER HOURS AND ON WEEKENDS AS NOT TO INTERUPT NORMAL OFFICE FUNCTIONS. CONTRACTOR IS AWARE THAT ALL OFFICES IMPACTED BY THE REMODEL WILL BE CLEANED AND RESTORED TO THEIR PRIOR CONDITION FOR NORMAL BUSINESS OPPERATIONS THE NEXT MORNING. THIS WILL BE ACCOMPLISHED BY 6 AM EACH DAY OR AS NEEDED. Contractor to install sound insulation in existing and new walls constructed around Judges Chambers (Room 908 and 909) hearing room and all demising areas identified by WT-01A and WT-03. Insulating shall be R-13 batts or meet the STC 45 requirements and run floor to pan above and secured in wall so sound insulation will not settle. Metal wall tracks at pan above and floor shall be caulked on both sides of track against floor and pan. Contractor to install 5/8� plywood to Threat Side of all Demising Walls prior to gypsum board being installed, if needed. All electrical boxes will be adjusted for the application of plywood. A box extender (mud ring) may be used instead of moving electrical boxes. Contractor to install 5/8� gypsum board on each side of the existing and new walls as required. Gypsum board will be attached by screws spaced at 8� O.C. on edges and 12� in field. Contractor to apply tape and joint compound to all seams on new walls and finish gypsum board to a Level 4. Contractor to skim all walls where wallpaper or doors and frames were removed and filled in with gypsum board. Contractor to repair any holes or damaged areas on existing gypsum board. Contractor to sand as needed and finish to Level 4. Contractor to prime all walls installed or blended with one (1) coat of No VOC/Low VOC primer. Contractor to apply two (2) coats of No VOC/Low VOC paint to all walls primed. Color shall match existing color and shall have a test panel done for approval by the USAO Representative and GSA Project Manager. Contractor to paint �corner to corner� and not stop new paint in middle of wall where repair was performed or it connects to existing wall. Contractor to install new door frames in each new office and other areas identified in specifications provided by the USAO. Frames shall be �welded� type frames. No �knock down� will be permitted. See attached floor plan for size and swing of doors. Mechanical Contractor to modify, test and balance HVAC in all rooms involved in the remodel. Mechanical Contractor to install supply/return as needed for uniform air flow at all times. Mechanical Contractor to be licensed by the State of Florida. A copy of the license will be supplied to the GSA Contracting Officer at time of bid submission. Contractor to comply with all requirements in Section HVAC. Mechanical Contractor shall install or modify any fire dampers as needed to comply with requirements at Demising Walls. Mechanical Contractor to run new HVAC supply and exhaust fan in shower areas per USAO specifications in the HVAC section. Mechanical Contractor to install new thermostat control and location will be approved by the USAO Representative. Electrical Contractor to be licensed by the State of Florida. A copy of the license will be supplied to the GSA Contracting Officer at time of bid submission. Electrical Contractor to reconnect/rewire lighting/wall outlets to comply with new office configuration and Electrical code. See attached drawings for electrical requirements or needs. Electrical Contractor shall comply with all specifications in Section Electrical in plans attached. Electrical Contractor to install new dedicated, GFI electrical outlets, switches and run power to exhaust fans in wet areas per the electrical plan attached. Electrical Contractor to add wall outlets to breakroom/kitchen area per plan and comply with all specifications in the Section Electric. All wall outlets in breakroom, showers and kitchen will be 20 AMP and be a Ground Fault Interrupt device. Mechanical Contractor to evaluate existing HVAC system in the remodeled area and balance system as needed entire unit prior to acoustical ceiling being installed. The Mechanical Contractor to provide findings to the USAO Representative for approval. Electrical Contractor to install new illuminated �Emergency Exit� signs at exit doors that will hang from ceiling, as needed. Electrical Contractor to install Emergency Lighting as needed. Locations will positions to illuminate all areas when power goes off to allow for a safe exit by all individuals. Fire Protection Contractor shall inspect, modify and repair all sprinkler heads for proper distribution of spray the new office layout as needed. Fire Protection Contractor to be licensed by the State of Florida. A copy of license shall be supplied to the GSA Contracting Officer at time of bid submission. Contractor to prime and paint all door frames on the 9th floor involved in the remodel. Contractor to use Low VOC/No VOC primer and paint on door frames. Color of frames shall match existing and approved by USAO Representative and GSA Project Manager. Contractor to install new solid core stain grade doors. Contractor to submit sample of door and stain prior to ordering doors and shall be approved by the USAO Representative. All doors shall have a MINIMUM rating of STC 45. Please refer to attached specifications on doors D-06, D-07, D-10, D-13 and General Door Notes for more information as to how each door is to be equipped and finished. Contractor to install new door hardware to match existing door hardware. Contractor to inspect existing door hardware in remodeled area for proper operation and adjust/repair as needed. See attached door schedule and hardware for more information. Contractor to install all door closures, electronic door releases, in door viewing devices, stainless steel cam lift hinges, door sweeps, floor mounted door stops and sound gasket on all doors as needed to meet the STC 45 minimum requirement. Please refer to door layout sheet and specification sheets, D-04, D-06, D-07, D-10, D-13, WT-01A and WT-03 Electrical Contractor to run conduit to all door locations that require electric releases or contacts.� Electrical Contractor to see the USAO Representative for approval of all locations prior to running EMT conduit and closing up wall with gypsum board. Electrical Contractor to install overhead lighting for each office, multi-purpose room, break areas, chambers, showers, etc. All lighting will provide adequate lighting requirements and comply with all sections of OSHA 1926.56. Contractor to install new carpet tiles and repair existing carpet tiles where blended in all areas of the new 9th floor remodel as needed. Contractor shall comply with specifications in section F-01 in attached plans. If carpet tile cannot be repaired, samples will be provided to the USAO Representative for selection. Color of carpet tile to be selected and approved by USAO Representative and GSA Project Manager. Contractor to install VCT in Kitchenette to be extend within the room and go to the extents of the end of the room walls. Contractor to also install VCT in the small kitchen in room 905. Contractor to install VCT in Room IDF 913A. Extents of VCT installation will be approved by the USAO Representative and GSA Project Manager. Color and style of VCT will be selected by the USAO Representative prior to installation. Contractor to install new wooden laminate base and wall cabinets in locations on floor plan. Contractor to comply with specifications in Section Millwork MW-03 for finish and type of cabinets. Contractor to provide samples of finishes to the USAO Representative for color and texture finishes prior to ordering cabinets. Contractor to install laminate countertops and backsplashes per the approved drawings. Contractor to provide sample finishes to the USAO Representative for selection prior to ordering countertops. Contractor to install a new Stainless Steel sink and chrome single lever faucet at all new cabinetry locations. Contractor to provide the samples of faucets available and style of faucet will be selected by the USAO Representative. Stainless Steel sink to be installed will be approximately single basin, 18� X 24� � 6� deep and top mount. Samples of sinks available will be provided to the USAO Representative for approval. Plumbing Contractor to install one (1) 1/3 HP garbage disposal for each sink. Contractor to install new vitreous china wall mounted sinks, chrome single lever faucets, wall mounted handicap water closet, handicap toilet seat and chrome single lever shower valves per the layout provided by the USAO. All wall mounted sinks and water closets shall be white in color. Contractor to install 5/8� wall moisture resistant gypsum board, Sound Attenuation Batt Insulation, 5/8� Cementous tile backer board, 4 �� or 6� glazed ceramic tile or as selected by the USAO Representative. Glazed Ceramic Tile in shower area will go all the way from floor to ceilings and to 42� above F.F. in all other bathroom areas. Ceilings in shower shall be finished smooth and painted to match upper walls in shower. Please refer to section WT-07 and WT-07a and floor plan for more information. Contractor to install new wall, cove base and floor tile in shower areas and bathrooms. Contractor to provide samples to the USAO Representative for color and size selection prior to installation. Contractor to follow section F-03 in attached plans for installation and information. Contractor to install new stainless steel/brushed nickel mirror, soap dispenser, toilet paper holder, grab bar at water closet, grab bar in shower, flush mounted trash can and soap dispenser in each bathroom. Contractor to show location of these items prior to installation to the USAO Representative for approval. Contractor to install new 4� vinyl base on all walls added or blended. No vinyl base less than four (4) feet will be installed. All corners will be miter cut or factory inside or outside corner. Color and size to match existing vinyl base and be approved by the USAO Representative and GSA Project Manager. Contractor to follow all specifications in section F-11. Contractor to install new acoustical ceiling grid and tiles on the 9th floor remodel area and surrounding areas, as needed, to blend ceiling to new walls. This project is expected to be separate, but in conjunction with USAO project for Design Build construction of seven kitchenettes with sinks and base and upper cabinets located on the second through eighth floors. The intention is to conduct major milestones on/about the same dates as the sink kitchenette project, i.e., issue RFP, conduct pre-bid site visit, submit offers, and award contracts. Contractors are encouraged (but not required) to participate in both projects. The RFP number for the kitchenettes is 47PE0721R0014 The bid guarantee in the amount shall be at least 20% of the bid price. Performance and payment bonds must equal 100 percent of the original contract price. The solicitation issuance date will occur on/about 08 December 2020. The pre-proposal site visit is tentatively scheduled for 15 December 2020. The tentative construction performance period for substantial completion is 330 days after issuance of the notice to proceed. The specific performance periods applicable for the design and construction stages will be disclosed in the solicitation. Construction performance periods may be negotiated during the solicitation stage prior to award. � No paper copies of this solicitation are available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to all documents. Interested parties must be registered and current within the System for Award Management (SAM) at https://www.sam.gov to receive a government contract award. Interested prospective offerors are encouraged to review and provide preliminary requests for information, comments, and recommendations regarding the project documents enclosed herein, inclusive of floor plan drawings, electrical and communication schematic, and master specifications [Added 11/24]. Note: The Statement of Work (SOW) is in early stage development and is not available at this time. Responses to this pre-solicitation notice may be utilized for purposes of market research and feedback to develop the project documents.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f2c7317ec0d14786a193d025633b05c8/view)
- Place of Performance
- Address: FL 33040, USA
- Zip Code: 33040
- Country: USA
- Zip Code: 33040
- Record
- SN05860210-F 20201126/201125053802 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |