Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17,1997 PSA#1973

USDA, Office of Operations, Procurement Operations Division, Room 1547-South Building, 1400 Independence Avenue, SW, Washington, DC 20250-9850

Z -- AGRICULTURE SOUTH BUILDING WING 3 MODERNIZATION (PHASE 1) SOL IFB-OO-98-B-808 DUE 011398 POC Clyde A. Lohere 202-720-3009; no collect calls will be accepted This modification is being issued to correct the error in transmission that occurred in the originally announcement of 11-12-97. The due date for this solicitation is not extended. The CBD announcement for this solicitation as originally intended is as follows: If you are interested in responding to the following you must submit a request for the bidding documents in writing to Mr. Clyde Lohere, Contracting Officer and this must be accompanied by a non-refundable certified check, cashiers check or money order for $500 made payable to USDA-National Finance Center. Bidders must provide the firm name, mailing address, telephone and FAX numbers, and the Solicitation Number when the request is made for a copy of this IFB. Request by FAX or telephone will not be accepted. The Agriculture South Building, constructed between 1930 and 1936, provides space for over 6000 USDA employees. This contract is for Phase 1 of the building modernization program. Wing 3 of the building will be vacated for construction, butthe remainder of the building will remain occupied. The contractor is required to conduct limited work as specified in areas outside of the Wing 3 construction area. The contractor shall isolate the construction area from the occupied areas of the building and provide protection measures to maintain full operation of the occupied portions of the building. Provide all labor, materials, and equipment and perform all work in strict accordance with the specifications and drawings to renovate Wing 3 of the Department of Agriculture South Building. The work consists of the total renovation of Wing 3 on the basement through attic levels and related infrastructure improvements. The Wing 3 construction area is approximately 12,000 Square Meters (130,000 sf). Work includes but is not limited to all demolition and removals, space alterations, mechanical, electrical, and structural work required in the plans and specifications such as: Upgrade and modernize existing office areas. Restore original finishes at historic corridors shown to be retained. Renovate existing toilet rooms to conform to ADA requirements. Provide new toilet rooms. Renovate Attic Level to accommodate mechanical, electrical, and telecommunications equipment. Provide all demolition, cutting and patching of existing materials, and structural framing and supports for architectural, mechanical, electrical and plumbing work. Upgrade selected elevator controls, equipment, and car interiors. Provide new HVAC system. Provide fire suppression sprinkler system. Provide new light fixtures and controls, including new historic replica fixtures in certain areas. Remove existing 208/120-volt service network and secondary electrical distribution system and provide new 480/277-volt system. Provide new telephone and data cabling systems. General Contractor shall submit evidence of qualifications as specified in Competency of Bidder Clause demonstrating ability in the phased renovation of occupied buildings within 7 days after bid opening. Work includes conservation/renovation of historic building materials and finishes that must be performed by contractors meeting specified qualifications for experience of key personnel. Contract line items are provided in the Pricing Tables for adjustment of the base contract which consist of unit prices for addition or deletion of tenant fit-out work elements. The solicitation includes (9) options which may be exercised at the discretion of the Government at time of award or within 180 calendar days after award. The Government reserves the right to exercise any, all, or none of the options. The nine options are described in the bidding documents and Pricing Tables and include: Option (1) Demolition and removal of unused piping at Sub-Basement; Option (2) Water heater and piping at Sub-Basement Fitness Center; Option (3) Circuit breakers in switchgears #6 and #7; Option (4) Removal and replacement of chilled water piping at 12th Street, S.W. areaway, Wing 1 risers, and Attic Level Headhouse; Option (5) Standby heat exchanger, pumps, and controls; Option (6) Upgrades to elevators 14 and 15; Option (7) Upgrades to elevators 24 and 25; Option (8) Upgrades to elevator 38; Option (9) Upgrades to elevators 31, 32, and 33. Basis of award will be the total aggregate sum of the Base Contract Price plus the Total Price of all options plus the Total Price of all unit price contract line items as submitted by the bidder in the Pricing Tables. The estimated price is greater than $10,000,000. The time for construction is 365 calendar days after Notice to Proceed and liquidated damages will be assessed for failure to complete the work on time at $3,000 per calendar day. If Option (4) is exercised by the Government, the work required under that option ONLY shall be performed between November 15, 1998 and March 1, 1999. This solicitation is open to both large and small businesses. All bidders that are not small businesses shall submit a Small Business and Small Disadvantaged Business Sub-Contracting Plan prior to award for that part of the work it intends to sub-contract in accordance with FAR 52.219. The recommended goals for that part of the work to be sub-contracted are 25% for small business; of that 25 percent for small business, 15% is the goal for small disadvantaged business, and 5% is the goal for small business/woman-owned. Award of the contract will be contingent upon approval of the bidder's Sub-Contracting Plan by the Government. All responsible sources may submit a bid which will be considered by USDA. A Pre-Bid Conference is scheduled on December 17, 1997, at 10:00A.M. at the Agriculture South Building Jefferson Auditorium located at 1400 Independence Avenue, S.W., Washington, D.C. 20250. The bid documents will be available on or about December 1, 1997, and the bid opening time is 2:00PM. The bid documents will be shipped in more than one package and it will take approximately 5 working days from the time Upgrades to elevators 14 and 15; Option (7) Upgrades to elevators 24 and 25; Option (8) Upgrades to elevator 38; Option (9) Upgrades to elevators 31, 32, and 33. Basis of award will be the total aggregate sum of the Base Contract Price plus the Total Price of all options plus the Total Price of all unit price contract line items as submitted by the bidder in the Pricing Tables. The estimated price is greater than $10,000,000. The time for construction is 365 calendar days after Notice to Proceed and liquidated damages will be assessed for failure to complete the work on time at $3,000 per calendar day. If Option (4) is exercised by the Government, the work required under that option ONLY shall be performed between November 15, 1998 and March 1, 1999. This solicitation is open to both large and small businesses. All bidders that are not small businesses shall submit a Small Business and Small Disadvantaged Business Sub-Contracting Plan prior to award for that part of the work it intends to sub-contract in accordance with FAR 52.219. The recommended goals for that part of the work to be sub-contracted are 25% for small business; of that 25 percent for small business, 15% is the goal for small disadvantaged business, and 5% is the goal for small business/woman-owned. Award of the contract will be contingent upon approval of the bidder's Sub-Contracting Plan by the Government. All responsible sources may submit a bid which will be considered by USDA. A Pre-Bid Conference is scheduled on December 17, 1997, at 10:00A.M. at the Agriculture South Building Jefferson Auditorium located at 1400 Independence Avenue, S.W., Washington, D.C. 20250. The bid documents will be available on or about December 1, 1997, and the bid opening time is 2:00PM. The bid documents will be shipped in more than one package and it will take approximately 5 working days from the time the Government receives the request for the shipper to make delivery.***** (0316)

Loren Data Corp. http://www.ld.com (SYN# 0104 19971117\Z-0002.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page