Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1998 PSA#2168

U.S. Department of the Treasury, TBARR Procurement Office, 1500 Pennsylvania Ave., NW, Room 3064, Washington, DC 20220

Z -- BUILDING ENVELOPE RENOVATION PROJECT SOL A-98-08 DUE 100998 POC Dan Alderman, Contract Specialist, (202) 622-0798, Rosa Perry, Contracting Officer, (202) 622-0797 This announcement was initally assigned submission No. 241085 on 8/24/98. The Department of Treasury, Departmental Offices, located at 1500 Pennsylvania Avenue, NW., Washington D.C., 20220, is seeking a contractor to provide all labor, materials, equipment and supervision to clean, repoint, repair, and weatherproof the perimeter exterior surfaces and courtyard exterior surfaces (walls, doors, roofs, porticos, pavers, steps and statutes), replace windows and provide a bird proofing system for the Main Treasury building. More specifically, the contractor will be required to: (1)Replacement of Windows -- Replace existing windows with double glazed, energy efficient windows which includes restoring window frame surfaces and the attached bird proofing system. (2) Clean and Repair Facades -- Clean Stone and metal elements of all exterior facades including pointing and repairs to ensure weather tightness; all as needed. (3) Repair North Plaza -- Restore Subsurface, Repair joints; replace pavers; all as needed. (4) Clean and Repair Statute(s) -- Ensure weather tightness, repair cracks in statutes' figures in base; all as needed. (5) Clean and Repair steps -- Ensure weather tightness, remove and replace segments of the steps as necessary. (6)Clean and Repair Fence -- Ensure caps are secured to railings; replace and repair railing and balustrades as needed. (7) Restore Perimeter Site Lighting -- Fabricate and install new replicas of the north, south and west historic lighting fixtures of the Main Treasury building. (8) Repair/Replace rainleaders, as required. The procurement of contractor services for the Main Treasury Building's exterior restoration will be conducted in two phases. The Phase One solicitation package will include the conceptual Statement of Work and evaluation criteria for competitive range determination. The solicitation will be available o/a September 10, 1998. A mandatory site visit is scheduled for September 21, 1998 at 9:00 A.M. Prospective offerors must provide a written request no later than September 17, 1998 C.O.B. deadline for the mandatory site visit, NO EXCEPTIONS. Prospective offerors shall provide, in writing, the names, birth date and social security number of those planning to attend the site visit. Request to be sent to the address shown below. Evaluation criteria for Phase one: Minimum Requirements: (1) Offerors must demonstrate successful experience in the past ten (10) years constructing projects of the following types and values: (a) a renovation project in the DC regional (SMSA), at least $5 million; (b) renovation work in an occupied building, at least $5 million; (c) a minimum of two historic renovation/restoration project, at least $5 million. (2) Offerors will be required to provide the Government a notarized statement from a Treasury approved surety of bonding capability of $10 million. (3) Offerors must be registered as a General Contractor in the District of Columbia. Offerors not meeting the above minimum requirements will not receive further consideration. EVALUATION FOR DETERMINATION OF THE COMPETITIVE RANGE WILL BE BASED ON THE FOLLOWING CRITERIA: EXPERIENCE AND PAST PERFORMANCE IN PROVIDING SERVICES ON SIMILAR PROJECTS; QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL; SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE OF PROJECT TEAM; AND SMALL BUSINESS AND MINORITY SUBCONTRACTING PLAN. The contractor's (large business only) proposed subcontracting plan meets or exceeds Treasury's Small Business and Minority Subcontracting Plan and can demonstrate past success in meeting or exceeding goals in previous federal contracts. Treasury's Small Business goals are as follows: 32% for Small Business concerns, 5% for Small, Disadvantaged Business concerns, and a 5% goal for Woman Owned concerns. The subcontracting plan must be in the required format (see FAR Clause 52.219-9). The Phase Two solicitation package will be issued o/a November 3, 1998, to those offerors in the competitive range established under Phase One. The Phase Two solicitation will include Construction Documents(CDS). Award will be made based on the greatest value to the Government. Offerors will be required to submit a management plan and detailed price proposal. Offerors may be interviewed. The Phase Two technical and price proposals receipt date will be o/a December 7, 1998. The specific date for submission will be included in the Phase Two solicitation document. The total magnitude for this project is between $5 Million and $10 Million. The period of performance is approximately 18 months and will be accomplished in two (2) phases. SIC Code for this procurement is 1741. The Small Business Size Standard is $7 Million. This procurement is open to any responsible small or large business concern. All requests for information must be submitted to the following address: The Department of the Treasury, TBARR Procurement Office, Room 3064, Attn: Dan Alderman, 1500 Pennsylvania Avenue, N.W., Washington, D.C. 20220. Fax Number is (202) 622-8576. Posted 08/25/98 (W-SN241647). (0237)

Loren Data Corp. http://www.ld.com (SYN# 0190 19980827\Z-0011.SOL)


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