Robert C. McEwen US Customs House Front Entrance and Envelope Repairs
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 Robert C. McEwen US Customs House Front Entrance and Envelope Repairs, Ogdensburg, NY, 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 to determine the interest, availability, and capability of small business concerns that are capable of providing renovation work to the facade of the Robert C. McEwen US Customs House, which is located at 127 N Water St, Ogdensburg, NY. The anticipated period of performance is 180 days. The NAICS Code for this project is 236220. The anticipated price range for construction is between $1,000,000 and $5,000,000. The project was designed by N.K. Bhandari Architecture & Engineering, P.C of Syracuse, NY. The McEwen Custom House is located in Ogdensburg, New York. The facility was originally constructed circa 1809-1810 and is listed as the oldest Federal building occupied and still used by the Government in the continental United States. Duties shall include but may not be limited to the following: 1)Replacement of windows: a)Provide new replacement windows per provided window schedule to include: i)Demolition of existing windows, as well as: ii)Proposed replacement window frame and window type, as per type of glazing required, moldings, sills, as well as additional hardware information as necessary to include: (1)Any/all indicated historical requirements (i.e. - properly address arches). 2)Replacement of exterior doors that are failing: a)Provide new replacement doors as per provided door schedule to include: i)Demolition of existing doors, as well as: ii)Proposed replacement door frames including any necessary sidelights, door type, thresholds, moldings as well as additional hardware information as necessary to include: (1)Any/all indicated historical requirements (i.e. - properly address arches). (2)Provide hardware per door schedule to include hinges, lockset, exit device, accessories (closer, stopper) and connection or replacement of Security as required as noted in the Contract Drawings and Specifications. 3)Repair, replacement, repointing, and ongoing maintenance of exterior stone masonry: a)The existing facility has an exterior limestone facade. Multiple areas within this stone facade require re-pointing, primarily along the groundline to the bottom of the 1st-Floor windows, and as required throughout (as shown and indicated within the Contract drawings and Specifications). 4)Repair the front entry porch pulling away from the main building: a)Rehabilitation of all failing components of the entire porch system as per Contract Drawings and Specifications. b)Complete replacement of components including but not limited to: i)Canopy including roof and associated flashing (to include but not be limited to): (1)Roof connections to the structural members of the canopy (2)Connections/attachments of the canopy and flashing to the existing facility. ii)Columns/Supports including connections to canopy and to existing foundation iii)Platform iv)Stairs including Stone Treads v)Existing Sidewalk vi)Masonry Wall including materials and connection requirements. 5)Replacement of existing free standing rear canopies: a)Provide and Install new replacement canopies as per Contract Drawings and Specifications. Exact work description will be identified and indicated in the Contract Documents. Products to be used will be specified within the drawings and individual Specification Sections. The contractor shall comply with the projects design specifications and drawings. The work will be constructed under a single prime contractor who is to adhere to all security requirements and guidelines for building access. The awardee will be required to complete the security clearance process. The full extent of the work will be described in the solicitation when it is posted. No other information will be available before the solicitation is posted. This is a SOURCES SOUGHT NOTICE for planning purposes only. Market research is being conducted to determine if there are Small Businesses with the capabilities to perform the required work. All interested parties should submit a capabilities package to include: 1. Please indicate applicable socio-economic category or indicate if no socioeconomic categories apply. 2. Please provide examples of three projects that were completed within the last five years; that included the work specified above that will be required under this project; and that had a total project cost in the same range estimated for this project. Also, please provide a customer point of contact for each project listed. 3. A written letter of interest that 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 All information submitted is subject to verification. Additional information may be requested to substantiate responses. Responses may not be more than 5 pages. 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 the requested information to Allison Wiede-Brown, Contracting Officer. All responses must be submitted via email to Allison.wiede-brown@gsa.gov by 4:30pm EST on April 2, 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 »