24th Floor U. S. Marshals Service Renovation at Everett McKinley Dirksen U.S. Courthouse Sources Sought
Z -- 24th Floor U. S. Marshals Service Renovation at Everett McKinley Dirksen U.S. Courthouse Sources Sought Notice Type Sources Sought NAICS 236220 — Addition, alteration and renovation, commercial a... Z -- 24th Floor U. S. Marshals Service Renovation at Everett McKinley Dirksen U.S. Courthouse Sources Sought Notice Type Sources Sought NAICS 236220 — Addition, alteration and renovation, commercial and institutional building. Points of Contact Daniel R. Ramirez, 312.385.4106 Kathern M. Williams, 312.886.1060 E-Mail Address daniel.ramirez@gsa.gov Kathern.Williams@gsa.gov Notice of Information Agency/Office: PBS Location: R5 Acquisition Management Division (47PF00) Title: 24th Floor United States Marshals Service Renovation at Everett McKinley Dirksen U.S. Courthouse, 219 South Dearborn Street, Chicago, IL 60604 Description: GSA is issuing a sources sought for the following renovation project at the Everett McKinley Dirksen U.S. Courthouse, 219 South Dearborn Street, Chicago, IL 60604, to determine the interest, availability, and capability of Small, Service Disabled Veteran Owned, 8(a), HUBzone, and Woman Owned Small Business concerns. The NAICS code for this procurement is 236220. The estimated construction cost is between $10 - $15 Million. The project is expected to be procured through a Construction Manager as Constructor (CMc) contract. This project is for the renovation of the United States Marshals Service (USMS) space located on 24th Floor at the Everett M.Dirksen Courthouse (EMD). The proposed project will renovate interior space to better serve the USMS current floor-plan needs. The intention is to utilize the 11th floor of the building as a temporary swing space during construction, as well as to complete any necessary Hazardous Materials abatement during the renovation. The project also includes, but is not limited to the following list and options: Design Stage Base Services Collaboration with Architect/Engineering Firm, the Construction Manager as Agent (CMa), and other parties hired by GSA to perform specialized duties and requirements as appropriate for this project during any stage. Project Initiation Meetings Risk Management Workshops Design Submission Reviews Building Information Modeling(BIM) Consultation, Progress Meetings, and Presentations System Selections Analysis and Mockups Value Management Historic Consultation Meetings Written Construction Document Deliverables Constructability Reviews Cost Estimating, Reconciliation, and Proposed Alternatives (CERPA) Preliminary Project Schedule and Analysis Construction Work Sequencing and Phasing Plan Electronic Project Management (ePM) Option 1 - Early Demolition Work Selective demolition including removal of walls, ceilings, and floors Necessary mechanical, electrical, and plumbing demolition. Necessary asbestos and Lead Based Paint (LBP) paint abatement work. Option 2 - Construction Stage (Including TurnOver and Closeout) Necessary remaining demolition, asbestos and Lead Based Paint (LBP) abatement work. New Detention Cell Block New floor layout New gypsum board walls New acoustic ceiling tile and grid and gypsum board ceilings New floor, wall, and ceiling finishes HVAC system modifications New Plumbing New Lighting Millwork Etc. It is anticipated the Request For Proposal (RFP) will be posted to Federal Business Opportunities (www.fbo.gov) in May 2019. The awardee will be required to undergo the security clearance process. The full extent of the work will be described in the solicitation when it is posted. No additional information will be available before the solicitation is posted. This is a SOURCES SOUGHT ANNOUNCEMENT for planning purposes only. Market research is being conducted to determine if there are Service Disabled Veteran Owned, 8(a), HUBZone, or Woman Owned Small Businesses with the capabilities and experience to perform the required work. All interested parties should submit a capabilities package to include business classification (i.e. SDVOSB, HUBZone, etc.), as well as examples of three CMc projects completed within the last five years that included similar scope of work specified under this project, including projects in an occupied commercial or government owned facility where a buildout/renovation of the existing building took place, 24,000 SF or larger; where project scope included construction of prisoner spaces such as detention cells, sally ports and secure corridors, alteration to life safety systems, such as fire alarm, electrical distribution system, architectural components, HVAC components and upgrades, and plumbing, with construction costs between $10M-$15M. Please provide a customer point of contact for each project listed. Responses must be received by 3:00 PM CST on March 07, 2019. Responses should be sent to Daniel R. Ramirez, Contract Specialist at daniel.ramirez@gsa.gov. Primary Point of Contact: Contract Specialist Daniel R. Ramirez General Services Administration Acquisition Management Division 312.385.4106 Secondary Point of Contact: Contracting Officer Kathern Williams General Services Administration Acquisition Management Division 312.886.1060 Contracting Office Address: U.S. General Services Administration 230 S. Dearborn St Suite 3500 Chicago, IL 60604
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »