Benton Switchgear Replacement - Benton, IL
Process Number IL0200ZZ121521
Dates:
IL0200ZZ121521
Department/Ind. Agency:GENERAL SERVICES ADMINISTRATION
Sub-tier:GENERAL SERVICES ADMINISTRATION
Sub Command:PBS R5
Office:PBS R5
General Information:
(utc-06:00) central standard time, chicago, usa
Updated Published Date:(utc-06:00) central standard time, chicago, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:dec 22, 2021 02:00 pm cst
Inactive Policy:manual
Original Inactive Date:mar 01, 2022
Initiative:- None***--***
Classification:
z2aa - repair or alteration of office buildings
NAICS Code:236220 - commercial and institutional building construction
Description:
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The General Services Administration (GSA) has a need for "Switchgear Replacement” at the Benton Federal Building, 301 West Main Street, Benton, IL. The scope of work for this project includes: 1. A new electrical service will be installed, and the existing service removed. 2. Removal and replacement of the existing switchgear. New switchgear will be installed at the building exterior and routed into the existing mechanical space. 3. Removal and replacement of obsolete branch electrical panels throughout the building. 4. Removal and replacement of panel feeders with old, non-code-compliant cloth insulation. 5. Minor cutting and patching, including brick and block infill, at the exterior wall will be required. 6. Minor interior patching and a new access door will also be required. 7. Sitework will consist of the removal and replacement of portions of the existing concrete parking lot and striping, replacement of concrete stairs and associated railings, bollards, pavement coating, and some electrical trenching. The construction cost is between $250,000 and $500,000. The performance period is 120 calendar days. The anticipated award date is before February 15, 2022. The NAICS code is 238210 and/or 236220. No other information is available at this time. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). Also adhering to the Federal COVID19 Safety Measures. IF YOU ARE AN INTERESTED PARTY, PLEASE PROVIDE THE FOLLOWING INFORMATION: 1. A short statement regarding your business’ expertise and experience on projects similar in scope and size. 2. Indicate any and all applicable small business representation(s) (8(a), HUBZone, Service-Disabled Veteran Owned, Women-Owned, etc.). 3. Do you have bonding capability to cover 100% of the construction cost? 4. Include the names of three projects completed within the last five years similar in size and scope to the work described above. 5. Provide a customer point of contact for each project listed (telephone and email address). 6. Do you have experience working in a historic building for similar size and scope described above? If yes, please explain and provide a customer point of contact (telephone and email address). 7. Please indicate your intent to bid on a subsequent solicitation. All information submitted will be subject to verification and additional inform Interested Contractors should submit your intent or interest to provide the aforementioned services by responding to this announcement via email to bridgette.fed-jasper@gsa.gov by Tuesday, December 22, 2021 at 2:00 PM CST (Central Standard Time). PLEASE INDICATE YOUR INTEREST YES OR NO...ONLY! NO QUESTIONS ARE PERMITTED. THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH ONLY. THIS REQUEST FOR INFORMATION OR “SOURCES SOUGHT,” SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE 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.
Attachments / Links:
| Document | Size | Updated date | Download |
|---|
Contact Information:
ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
CHICAGO , IL 60604
USA
Primary Point of Contacts:Bridgette Y. Fed-Jasper