Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2024 SAM #8220
SOURCES SOUGHT

Z -- Adair Chimney Repair

Notice Date
5/28/2024 1:18:15 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R5 ACQUISITION MANAGEMENT DIVISION CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0024R0070
 
Response Due
6/11/2024 1:00:00 PM
 
Archive Date
06/26/2024
 
Point of Contact
Benjamin Maclay, Phone: 3173191043
 
E-Mail Address
benjamin.maclay@gsa.gov
(benjamin.maclay@gsa.gov)
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. This is not a Request for Proposal. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is strictly market research to determine availability and adequacy of potential sources with the capabilities and experience to perform the required work. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for solicitation will not receive a response. (For additional information on small business size standards and small business programs, please visit www.sba.gov.) Project Description The General Services Administration (GSA), Great Lakes Region (Region 5), is seeking interest for the Chimney Repair construction project at the E. Ross Adair Federal Building and U.S. Courthouse in Fort Wayne, Indiana. Below is a summary of the work expected to be performed:� The work shall be conducted in one phase. Work is to be completed while the building is occupied. Work shall include the following:� This is a Historic Building on the Nation Historic Building Registry. All work shall conform with the Department of Interior's Standards for Historic Removal of a portion of the existing chimney steel flue from the top of the chimney down to the basement level. Access opening shall be constructed at both the roof and attic level along the east and west fa�ade of the existing masonry chimney. Limestone and brick shall be removed following Department of Interior Historic requirements. Limestone and brick shall be salvaged for reinstallation. The existing bird screen shall be removed and salvaged for reinstallation. All limestone should be cataloged for reinstallation in the exact location that existed prior to start of construction. Conditions shall be photo documented throughout construction duration. The contractor shall submit a schedule of values, schedule, qualifications and other pre construction data as required within the specifications. Certifications from specialized trades including welders, Test and Balance technicians and boiler technicians shall be submitted and satisfactorily reviewed. The contractor shall visit the site to verify the documents reasonably reflect the existing conditions and shall document any significant discrepancies. Utilize the visit as preparation of coordinated shop drawings, product data submittals, etc. Submit product data, shop drawings and updated project schedule. The contractor shall remove the existing flue exhaust and combustion air ductwork that is located within the mechanical room. The existing chimney liner shall be removed in its entirety. The contractor shall provide a draft exhaust system with factory controls, connection to the BAS for monitoring, combustion air intake ductwork, flue exhaust ductwork UL listed for condensing appliances, duct insulation, draft exhaust fan, dampers, power, and condensate drainage. The contractor shall provide a chimney liner with stabilizing bands, support, condensate drain and cap at the top of the chimney. Protect the floor, wall finishes, equipment and structure from damage during the entirety of construction. The contractor shall provide a louver to infill the existing window opening in the mechanical room. Provide duct security bars that are anchored into the structure, access panel and insect screen. Before work is started, the Contractor shall arrange with the Contracting Officer a sequence of procedure, means of access, space for storage of materials and equipment, and use of approaches, corridors, and stairways. The contractor shall manage regular progress meetings to discuss the project, discuss the schedule, provide a three week look ahead, RFI log, submittal log. The contractor shall submit meeting minutes within 48 hours of each meeting. Lay down area for temporary location of limestone and salvaged brick is indicated on the roof plan. The construction cost is between $500,000 and $1,000,000. The anticipated award date is before September 30, 2024. Once the onsite Notice to Proceed has been issued, the contractor will have 180 days to reach substantial completion. The NAICS code is 236220 with a small business standard of $45 million. If you are an interested party, please provide the information requested below. All information submitted will be subject to verification and additional information may be requested to substantiate responses: �A short statement regarding your business� expertise and experience on projects similar in scope and size. Are you a small or large business? If small business, indicate any and all applicable small business representation(s) (8(a), HUBZone, Service-Disabled Veteran Owned, Women-Owned, etc.) Do you have bonding capability to cover 100% of the construction cost? Include three projects completed within the last five years similar in size and scope to the work described above. Provide a customer point of contact for each project listed (telephone and email address). Indicate your intent to bid on a subsequent solicitation. Interested firms should submit the above information to Benjamin Maclay, Contract Specialist, at benjamin.maclay@gsa.gov and Kathern Williams, Contracting Officer, at kathern.williams@gsa.gov. Your submission should be no longer than 10 pages. Responses are due on or before 6/11/24 at 3PM CST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3ab5db9c7854a03b733e9a6641cd316/view)
 
Place of Performance
Address: Fort Wayne, IN 46802, USA
Zip Code: 46802
Country: USA
 
Record
SN07078692-F 20240530/240529051427 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.