Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PC1119R0004
Title: Hanley Elevator Modernization Project at the James M. Hanley Federal Building in Syracuse, New York Location: James M. Hanley Federal Building in Syracuse, New York 13261 Synopsis Number: 47PC1...
Title: Hanley Elevator Modernization Project at the James M. Hanley Federal Building in Syracuse, New York Location: James M. Hanley Federal Building in Syracuse, New York 13261 Synopsis Number: 47PC1119R0004 Synopsis: The project consists of renovating five (5), fifteen (15) stop, 500 fpm elevators identified as elevators #2, #3, #4, #5, and #6. Four of the elevators are passenger elevators and one is a freight elevator. This project is located at the James M. Hanley Federal Building in Syracuse, New York 13261 and was designed by N.K. Bhandari Architecture & Engineering P.C. of Syracuse, New York. The Contractor shall provide all labor, materials, equipment, tools, management, and full time on site supervision required by contract documents to renovate and modernize the existing elevators in the federal building in Syracuse, NY. Base work shall include, but is not limited to: Replace microprocessor controls, install collective microprocessor-based dispatching systems, refurbish hoisting machines, modify smoke ventilation system and sprinkler system, replace elevator drives, upgrade elevator management and information system, refurbish to new condition the car/counterweight rails, reuse the car/counterweights, replace the car/counterweight rollers, refurbish the car safeties; reuse elevator cabs, cab doors, and platforms; install ADA compliant car operating panels in cabs, install card readers in elevator cabs and connect to building access control system, install vandal resistant speakers for intercom and phones in elevator cabs, replace the elevator power wiring for the emergency and normal power systems; replace the control wiring, replace elevator switchboards at lower machine room, replace hall/car signaling device at each elevator lobby; retain the elevator hoistway doors and hardware at each hoistway opening; renovate the basement emergency power systems and normal power system so additional emergency power is provided for the elevators; replace infrared curtains, replace rope grippers, upgrade elevator shunt power control systems, furnish elevators with independent service and fire service operation, and refurbish the elevator pit safety devices Exact work description will be identified and indicated in the solicitation. The contractor shall comply with the projects design specifications, drawings and any addendum. The work will be constructed under a single prime contractor who is to adhere to all security requirements and guidelines for building access. The contractor is also to provide on-site supervision at all times work is being performed, including potential after hours work as needed. In accordance with FAR 15.101-2, award will be made as a firm fixed price contract using Lowest Price Technically Acceptable procedures to a responsible bidder whose proposal, conforms to the invitation, will be most advantageous to the Government, considering price and technical factors. The magnitude of this construction project is estimated between $1,000,000 and $5,000,000. The appropriate NAICS Code is 236220, with a size standard of $15 million dollars. Performance and payment bonds will be required following award pursuant to the Miller Act. A bid guarantee is also required. The procurement is 100% set-aside for small business concerns. Offers from other than small business concerns will not be considered by the agency. The required construction completion date is approximately five hundred twenty five (525) calendar days commencing one day after Notice of Award. The tentative solicitation release date is no earlier than 15 days after posting of this notice in FedBizOpps. The procurement is subject to FAR 52.232-18 Availability of Funds (APR 1984). To ensure that you receive all information regarding this solicitation, be sure to register to receive updates at www.fbo.gov. It is anticipated that the solicitation (IFB) will be issued on or about May 28, 2019 with proposals due on or about June 28, 2019. The solicitation (clauses, provisions, and bid forms) will only be available electronically on the FBO website; www.fbo.gov is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition data. Potential bidders must register with FedBizOpps in order to have access to the solicitation material. All potential offerors must have an active registration in the System for Award Management (SAM). All prospective offerors are required to have completed the Representations and Certifications in SAM. The point of contact for this synopsis is Kate Wheeler, Contracting Officer, 315.448.0605, katherine.wheeler@gsa.gov. The Project Manager will be Jim McKenzie (james.mckenzie@gsa.gov), GSA General Engineer, 315- 448-0960.