Façade Stabilization, TMFJB, Wash DC
Agency: | ARCHITECT OF THE CAPITOL |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159571201373481 |
Posted Date: | Oct 7, 2022 |
Due Date: | Oct 31, 2022 |
Solicitation No: | AOCACB23R0005 |
Source: | https://sam.gov/opp/e596f0f26f... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Updated)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Oct 07, 2022 08:49 am EDT
- Original Published Date: Oct 07, 2022 08:44 am EDT
- Updated Response Date: Oct 31, 2022 04:00 pm EDT
- Original Response Date: Oct 31, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
-
NAICS Code:
- 238140 - Masonry Contractors
-
Place of Performance:
Washington , DC 20544USA
SOURCES SOUGHT NOTICE
AOCACB23R0005, Façade Stabilization, TMFJB, Washington DC
The Architect of the Capitol (AOC) is issuing a Sources Sought Announcement for the Façade Stabilization at Thurgood Marshall Federal Judicial Building (TMFJB) in Washington DC. This announcement is to determine the interest, availability, and capability of firms to perform the work described below. The NAICS code for this procurement is 238140. The project is scheduled to be issued on or about December 5, 2022. The construction will likely start in the Spring of 2023 and is expected to take about 24 months to complete. The estimated construction cost is estimated between $15,000,000 and $25, 000.000 (this includes all Base and Options)
PROJECT OBJECTIVES
The project objectives are focused on weatherproofing measures that are intended to provide some cladding durability benefit while retarding the pace of façade deterioration, opportunistically addressing visible spalls at select façade areas, and providing additional information to the AOC about façade conditions while enabling the AOC to plan for future permanent repairs that will be consistent with Guiding Principles discussed in previous Design Team studies.
The following work is the primary focus of the project and will be performed across the entire buildings stone panel façade assembly.
Remove and replace all sealant in joints that have granite façade panels as a substrate (i.e., stone-to-stone joints and stone to window joints) and remove and replace weeps at existing through-wall flashing locations, in conjunction with the sealant work. Joints between granite facade panels and the atrium skylight framing are excluded from the scope of this project.
Address existing frontside granite panel damage to maintain and provide a consistent watertight enclosure across the stone panel façade.
Remove and replace existing façade stabilization netting to enable sealant joint replacement and the other façade work of this project and maintain or replace existing netting anchors.
The Contractor shall provide all supervision, plant, labor, materials, tools, and equipment, to carry out all work and operations as necessary. All work shall be completed in accordance with all federal, state, District and local laws and regulations.
INTERESTED PARTIES
Interested firms should submit a capabilities package to include their qualifications and experience with performing projects of similar size, nature, and complexity. Please indicate what qualifications, certifications, or past experience uniquely qualifies the offeror's firm to perform the above-described work. Please include at least two specific examples of the firm's experience performing the work requirements stated above. The projects must have been performed within the last ten years. Please indicate the team of subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications if subcontractors are planned to be used. Responses are limited to 10 pages. Responses are due October 31, 2022. Responses should be addressed to Susan Dunnagan and emailed to susan.dunnagan@aoc.gov . The Government will not pay for any material provided in response to this market survey nor return the data provided. This is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
Susan Dunnagan will be out of the office from October 10-28, 2022. She will respond to all questions when she returns. Please do not contact any other AOC personnel regarding this sources sought notification.
- 2nd & D Streets, SW FHOB - Room 264
- Washington , DC 20515
- USA
- Susan Dunnagan
- susan.dunnagan@aoc.gov
- Phone Number 2022301561
- Oct 07, 2022 08:49 am EDTSources Sought (Updated)
- Oct 07, 2022 08:44 am EDT Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.