Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PE0519R0003
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY. NO AWARD WILL BE MADE FROM THIS NOTICE. THE SOLICITATION, SPECS, AND DRAWINGS ARE NOT YET AVAILABLE. DO NOT REQUEST A COPY OF THE SOLICITATION...
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY. NO AWARD WILL BE MADE FROM THIS NOTICE. THE SOLICITATION, SPECS, AND DRAWINGS ARE NOT YET AVAILABLE. DO NOT REQUEST A COPY OF THE SOLICITATION. This NOTICE is published to gain knowledge of potential small business construction companies with the skills, capabilities and bonding capacity necessary to perform the project described below. Capabilities Statements will be evaluated solely for the purpose of determining whether this construction project will be procured as a 'total small business set-aside'. The solicitation for this project is anticipated for release NLT March 31, 2019 with a desired award date NLT April 30, 2019. The estimated cost range of the entire contract including options has an order of magnitude between $1,000,000 and $5,000,000. NAICS code 236220, Commercial and Institutional Building Construction, applies to this project with a size standard of $36.5M gross income. Please note that under FAR 52.219-14 (3), the Contractor shall perform at least 15% of the cost of the contract, not including the cost of materials with its own employees. Although 236220 is the primary NAICS, there are very specialized trades involved. PROJECT DESCRIPTION 1. Repair of Deteriorating Sunscreen Assemblies: The upper five stories of the eight-story building feature louver and frame assemblies to provide shading for the large south-facing curtainwall system. Although the louvers are aluminum, the truss framing supporting them is tube steel. The steel was apparently not galvanized and has no protection from the elements beyond being painted the tube steel framing is visibly undergoing dramatic deterioration from rust and is approaching eventual failure. The aluminum louvers can presumably be cleaned and reused, but the deteriorated steel support framing shall be replaced with similar truss designs fabricated in aluminum. The new aluminum framing shall attach to existing steel tube and steel plate horizontal supports which penetrate the curtain wall assembly and are welded to columns on the building interior. These horizontal supports must remain in place, but they shall be cleaned and protected from the environment to a greater extent with coatings made for this purpose. The existing sunscreen assemblies shall be removed at the beginning of work, and the replacement assemblies shall be re-installed after completion of the curtainwall work. 2. Repair of the Curtainwall System: The main curtainwall on the south (front) façade and all other doors and windows are composed of the same Kawneer system. The system has been found to be of sound design, but suffers from a number of widespread shortcomings created in the course of installation. These include poorly fitted or missing gaskets and incomplete or inappropriate placement of sealants. These problems were subsequently compounded when attempts were made to stop leaks by applying additional sealant to glazing perimeters which were originally designed to allow small amounts of water to drain internally. Additionally, drain holes designed into the underside of horizontal members were plugged closed with caulk. This resulted in a greater amount of water becoming trapped inside the assembly and ultimately finding other (interior) routes to escape. The result has been leaks in numerous random locations. Remediation of these problems shall require the re-gasketing and re-sealing of all curtainwall assemblies. All glazing shall be removed from the frames in order for existing gaskets and sealants to be removed. The frames shall be cleaned to receive new gaskets and new sealants before the existing glazing is put back in place. All work shall be performed to comply with the original design intent of the curtainwall system. Due to the potential for disruption of Court activities while this work is performed, the contractor shall construct temporary partitions across the full length of all courtroom lobbies. CONTRACTOR QUALIFICATIONS 1. Curtainwall Contractor: Trained and approved by manufacturer of products being installed with a minimum of ten years experience in re-glazing or new curtainwall construction of similar type and size of this project. Experience shall include a minimum of two re-glazing projects within the last five years of the type, size, and of the same curtainwall system as this project. 2. Sealants Contractor: Trained and approved by manufacturer for products being installed in both new sealant installation and sealant replacement construction with experience on projects of similar nature and size. 3. Glass Installers: Certified under the National Glass Association’s Certified Glass Installer Program. 4. Sealant Testing Agency: Qualified according to ASTM C1021 to conduct the testing specified. CAPABILITIES STATEMENT The following statements will apprise the General Services Administration of prospective Contractor capabilities requiredby the above Project Description. Please provide your response to the following and limit your submission to 3 pages. 1) Contractor's name, address, point of contact, phone number, and e-mail address. 2) Contractor's DUNS and CAGE Code 3) Contractor's capability to perform a project in accordance with qualifications listed above. 4) Contractor's small business classification: Small Business. 5) Contractor's Joint Venture or Teaming information if applicable - existing and potential - and the same information for the mentor company as described, above, for small business. 6) Contractor's Bonding Capability in the form of a letter from Surety, per contract and aggregate amounts. All interested Contractors should submit their Capabilities Statement to karen.drake@gsa.gov no later than March 06, 2019 at 5:00 pm, EST. Please note: ONLY capabilities statements sent electronically via email can be accepted.