Hanley Elevator Modernization Construction Project
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE GSA IS NOT SEEKING PRICING OR OFFERS. INFORMATION IS PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF ... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE GSA IS NOT SEEKING PRICING OR OFFERS. INFORMATION IS PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION Hanley Elevator Modernization Project, Syracuse New York Description: The General Services Administration (GSA), Public Building Service, Upstate Acquisition Management Division, Region 2, 100 S. Clinton Street, Syracuse, NY is currently conducting market research; seeking businesses who are capable of providing renovation work on four, fifteen (15) stop, 500 fpm passenger elevators and one, fifteen (15) stop, 500 fpm freight elevators which are located at the main elevator bank of James M. Hanley Courthouse and Federal Building located at 100 S. Clinton Street, Syracuse, NY and two, four stop, 250 fpm passenger elevators which are remotely located at the Courthouse Annex will be renovated. The anticipated period of performance is 20 months. The NAICS Code for this project is 236220. The anticipated price range for construction is between $1,000,000 and $5,000,000. Duties shall include but may not be limited to the following: The elevator work at the James M. Hanley Courthouse and Federal Building includes the following work: refurbish the elevator hoisting machines, replace microprocessor controls, install collective microprocessor-based dispatching systems, modify smoke ventilation system and sprinkler system at elevator machine rooms, install sprinklers and sumps in elevator pits, replace elevator drives, upgrade elevator management and information system, replace hoist ropes and counterweight ropes, refurbish to new condition the car/counterweight rails, reuse the car/counterweights, replace the car/counterweight rollers, refurbish elevator cabs but reuse elevator 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; replace door frames and elevator doors at each hoistway opening; replace hoistway hangers/tracks, interlocks, door gibs, roller release assemblies and door equipment; 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. The elevator work at the Courthouse Annex includes the following work: replace the elevator controllers, replace dispatching equipment, refurbish the elevator hoisting machines, refurbish elevator cab finishes, install sprinklers and sumps in the elevator pits, install card readers in elevator cabs and connect to building access control system, replace wiring for elevator normal power system, and modify the emergency power systems so both elevators can be operated simultaneously on emergency power. A majority of the existing elevator equipment and related systems at the Courthouse Annex will be reused. The elevator company will only be allowed to take two elevators out of service for renovation work at any time. The elevator company will maintain the existing elevators at the Federal Building once the first elevator is taken out of service for renovation, and likewise, the elevator company will maintain the existing elevators at the Courthouse Annex once the first elevator is taken out of service for renovation. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Responses may not be more than 5 pages. 1. Is your firm a Small Business? Please acknowledge all socio-economic indicators that apply: • SB - Small Business concern • 8(a) - SBA Certified 8(a) Participant • SOB - Small business concern owned and operated by socially and economically disadvantaged individuals • WOSB - Small business concerns owned and controlled by women • HubZone - Qualified HubZone small business concerns • SDVOSB - Service Disabled Veteran Owned Small Business • VOSB - Veteran Owned Small Business (non service disabled) • Not a Small Business concern 2. Is your firm capable of elevator renovation work within an occupied 393,000 square foot (15 story) building? • If yes, please provide examples of three projects (location, description, dollar value, and completion date). Examples must have been completed within the last five years. 3. The written letter of interest must contain the following information: • Name and address of company (include phone and fax numbers) • Name and email address of the point of contact within the company • Tax Identification Number and Dunn & Bradstreet Number • NAICS code(s) the company operates under THERE IS NO SOLICITATION AT THIS TIME, this is not a Request for Proposal. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. All information furnished to the Government in response to this notice will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. Submission Instructions: As this notice is a Sources Sought announcement, interested firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Kate Wheeler, Contracting Officer. All responses must be submitted via email to Katherine.wheeler@gsa.gov by 4:30pm EST on February 25, 2019. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No hard copies will be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »