LC13017A, Sprinkler Systems Replacement for Collections, John Adams Building (JAB), Library of Congress
ID: AOCACB24R0025Type: Solicitation
Overview

Buyer

ARCHITECT OF THE CAPITOLARCHITECT OF THE CAPITOLACQUISITION & MATERIAL MAN DIVWashington, DC, 20515, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

INSTALLATION OF EQUIPMENT- FIRE FIGHTING/RESCUE/SAFETY EQUIPMENT; ENVIRON PROTECT EQUIPMENT/MATLS (N042)
Timeline
    Description

    The Architect of the Capitol is seeking a qualified contractor for the Sprinkler Systems Replacement for Collections at the John Adams Building (JAB) of the Library of Congress in Washington, DC. The project involves the removal of the existing copper sprinkler system and the installation of a new black steel system, along with modifications to the fire alarm system, floor deck repairs, lighting adjustments, and hazardous material abatement. This procurement is critical for ensuring the safety and preservation of valuable collections housed within the facility. The contract value is estimated between $25 million and $28 million, with a completion timeframe of 1,016 calendar days from the Notice to Proceed. Interested bidders must submit their proposals in accordance with the solicitation AOCACB24R0025, and are encouraged to attend a site visit scheduled for August 28, 2024, at 8:00 AM. For further inquiries, contact Charvey Smith at charvey.smith@aoc.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The Solicitation No.: AOCAC24R0025 outlines the requirements for the JAB Sprinkler System Replacement for Collections by the Architect of the Capitol. This document instructs offerors to submit proposals that are complete and compliant with the specified evaluation criteria without the expectation of discussions. Proposals must consist of a Technical Proposal and a Price Proposal, each documented separately in an Adobe Acrobat file and clearly labeled. Technical evaluations focus on corporate experience, past performance, and a detailed technical approach to the project, highlighting the need for specialized experience with fire protection systems and arduous security requirements. Offeror qualifications are central, with key personnel requirements delineated. Price proposals must be firm-fixed and supported by a breakdown of costs. The government employs a best value tradeoff method for selection, prioritizing technical competence over cost, while still considering the reasonableness of proposed prices. The document emphasizes thorough review and adherence to all RFP instructions, with penalties for false statements. This solicitation exemplifies the structured and detailed nature of government procurement processes, ensuring compliance and quality in service delivery.
    The document outlines a Request for Proposal (RFP) for the Sprinkler System Replacement Project at the John Adams Library Building in Washington, DC. The primary scope includes the removal of the existing copper sprinkler system and installation of a new black steel system, alongside modifications to the existing fire alarm system. Additional elements of the project involve floor deck repairs, lighting adjustments, hazardous material abatement, and necessary demolition. Bidders are required to provide a firm fixed-price bid that covers all associated costs, including labor, materials, equipment, and miscellaneous expenses. The bid schedule includes detailed breakdowns of construction costs, general conditions, and unit prices for various services and materials related to the project. Specific attention is given to hazardous materials management, particularly for asbestos pipe insulation. The document aims to establish a comprehensive outline for prospective contractors to ensure accurate and competitive bidding on the construction project. It emphasizes the importance of including all aspects of construction costs to support effective project execution while meeting federal, state, and local regulations.
    The government document outlines wage determinations for construction projects within the District of Columbia, specifically related to building construction not including single-family homes or small apartments. It highlights the applicability of the Davis-Bacon Act, which mandates the payment of minimum wage rates under Executive Orders 14026 and 13658 for federal contracts. Contractors must adhere to specified wage rates for various labor classifications, which are listed alongside their respective fringe benefits. The document details the wage rates for different skilled trades like electricians, plumbers, and carpenters, emphasizing that these rates may fluctuate yearly. It also informs contractors of obligations like providing paid sick leave under Executive Order 13706 for contracts awarded after January 1, 2017. The structure of the document provides a comprehensive wage determination that assists local compliance with government contracting requirements, ensuring fair compensation for labor while promoting safe working conditions. The appeal process for wage determination disputes is also included, offering channels for reviewing decisions made by the Wage and Hour Division.
    The document outlines employee rights and wage regulations under the Davis-Bacon Act for laborers and mechanics engaged in federal or federally assisted construction projects. It emphasizes that workers must receive at least the wage rate specified in the Davis-Bacon Wage Decision and are entitled to overtime pay at one and a half times their hourly rate for hours exceeding 40 in a week, with limited exceptions. Enforcement actions include withholding contract payments to ensure compliance, potential liquidated damages for unpaid overtime, and severe penalties for contractors who violate rules, including contract termination and debarment. Additionally, apprentice wage rates apply strictly to those registered within approved apprenticeship programs. Workers not receiving proper wages are advised to contact the designated Contracting Officer or the U.S. Department of Labor's Wage and Hour Division for assistance. The document serves to inform employees of their rights and the consequences of non-compliance, ensuring fair compensation in government-funded projects.
    The document is a Certificate of Liability Insurance (COI) that serves as informative evidence of insurance coverage for contractors involved in federal government contracts. It clarifies that the certificate does not create or alter any contractual rights and emphasizes the importance of endorsements for additional insured parties and subrogation waivers. The COI outlines the types of coverages required, including commercial general liability, automobile liability, workers' compensation, and other specified policies. It includes crucial details such as policy limits and coverage descriptions necessary for compliance with contracts managed by the Architect of the Capitol. Additionally, it states that the coverage must comply with relevant state laws where the work is performed, such as the District of Columbia, Maryland, or Virginia. Contractors must secure adequate insurance to protect against claims that could arise during their operations under the contract, ensuring both liability protection and adherence to federal project standards. The document highlights the need for proper risk management in government projects, emphasizing the legal and financial implications of insufficient coverage.
    The file CP-491 outlines the process for applicants seeking a criminal history records check from the United States Capitol Police. It details the required information that applicants must complete, including personal identification data such as name, address, date of birth, social security number, and physical characteristics. The document emphasizes the importance of providing accurate information and includes a consent clause for the use of this data in security determinations by the Federal Bureau of Investigation (FBI). Additionally, the form mandates that an authorized requestor from the applicant's agency must validate the request for a fingerprint check, affirming that the applicant is legally permitted to work in the U.S. This file serves the vital purpose of ensuring security regarding individuals involved with the Capitol and adheres to legal hiring provisions. The structure includes sections designated for applicant data, requestor validation, and verification by the Badging and Credentialing Division. Overall, the purpose of this form is to facilitate background checks, thereby maintaining security in government operations.
    The document outlines the updated procedures for deliveries to the United States Capitol Police Off-Site Delivery Center (OSDC). Key requirements stipulate that all delivery personnel must notify the OSDC via email for processing and must present valid government-issued identification. Deliveries can only be accepted if vehicles have been inspected and x-rayed at the OSDC located at 4700 Shepherd Parkway SW, Washington, D.C., which operates Monday to Friday from 4:30 AM to 3:00 PM, excluding federal holidays. Access to the Capitol Complex requires a letter from the company detailing information about the drivers, vehicles, and delivery specifics. Furthermore, delivery vehicles must proceed to designated secondary checkpoints after inspection. This document serves to ensure security protocols are followed during the delivery process to the Capitol facilities, enhancing overall safety and efficiency in federal operations.
    The document is a solicitation (AOCACB24R0025) issued by the Architect of the Capitol for a construction project titled "Sprinklers System Replacement for Collections, JAB." It requires offers for the replacement of the sprinkler system at a significant scale, with a contract value estimated between $25 million and $28 million. The completion timeframe spans 1,016 calendar days from the Notice to Proceed. The document provides essential details, including the applicable NAICS code (236220 for Commercial and Institutional Building Construction), a mandatory requirement for performance and payment bonds, and a detailed list of provisions and clauses to which contractors must adhere, including labor standards and safety regulations. It also outlines the process for submitting proposals, including necessary contact information and security procedures for accessing detailed project specifications. Notably, the solicitation highlights restrictions in accordance with the Buy American Act, the necessity for hazardous material safety data, and extensive administrative requirements to ensure compliance with government standards. This solicitation reflects the federal government's commitment to maintaining safety and regulatory compliance within its facilities while facilitating the procurement process for construction projects.
    The document outlines an amendment to solicitation AOCACB24R0025 issued by the Architect of the Capitol regarding a construction project under Project Number LC13017A. The amendment, effective August 20, 2024, specifically updates the site visit clause to include the address for an upcoming pre-proposal meeting scheduled for August 28, 2024, at 8:00 AM at the James Madison Memorial Building. Only four attendees per firm are allowed, and attendees must gather in the lobby by the designated time. The amendment emphasizes that potential offerors are strongly encouraged to visit the work site, ensure they understand the project scope, and account for any existing conditions that may affect their proposals. Additionally, an inspection will occur immediately after the meeting for those interested. The document also specifies that while clarifications and remarks may occur during the site visit, all changes must be formally amended to the solicitation. This process ensures transparency and accuracy in the procurement process, reflecting the government's commitment to maintaining rigorous standards for contractor engagement in public projects.
    The document pertains to the amendment of solicitation AOCACB24R0025 by the Architect of the Capitol, effective August 30, 2024. It outlines essential updates regarding the construction project designated as LC13017A, including a scheduled second site visit for prospective offerors at the James Madison Memorial Building on September 4, 2024, at 8:00 AM EST. Each firm is restricted to four attendees, and these participants must convene in the building's lobby. Furthermore, the deadline for submitting Requests for Information (RFIs) is set for September 12, 2024, at 5:00 PM EST. The document emphasizes the importance of site visits for offerors to familiarize themselves with project requirements and existing conditions. A pre-proposal meeting will be held for prospective contractors, with encouragement to submit written questions in advance. This amendment retains all original terms and conditions unless expressly modified. The aim is to ensure comprehensive communication and preparedness among potential contractors in the solicitation process, ultimately facilitating a smoother bidding and evaluation phase for the construction work involved.
    Similar Opportunities
    IT Room Fire and Mechanical Systems
    Active
    Dept Of Defense
    The Department of Defense seeks contractors for fire protection renovations at the Schriever Space Force Station in Colorado Springs. The project involves converting the existing fire suppression system and renewing aged piping systems to meet National Fire Protection Association (NFPA) standards. This invitation for bid (IFB) requires registered interest and will be released on the Acquisition Resource Center (ARC) platform. The anticipated timeline includes a bidders' walk-through on August 8, 2024, with a bid due date of September 17, 2024, and a contract award announcement on September 20, 2024. The scope of work includes the conversion of the fire protection system from pre-action to wet systems, focusing on battery rooms. The project aims to address safety concerns related to the existing system. Contractors should be prepared to meet the NFPA requirements and demonstrate experience in fire protection renovations. Eligible contractors should register on the ARC platform and submit their bids accordingly. The government will not entertain tax-related claims, and contractors should be aware that tax exemption may not be honored by all entities. The primary point of contact for questions is Nicole Brown at brownnic@nro.mil. Further details will be provided on the ARC platform. The evaluation of bids will be based on the criteria outlined in the IFB.
    Z--Replace Roof Fire Suppression System, Oregon Caves
    Active
    Interior, Department Of The
    The National Park Service (NPS) is seeking qualified small businesses to replace the existing rooftop fire suppression system at the Oregon Caves National Monument and Preserve in Josephine County, Oregon. The project involves the removal of the old system and installation of new manually operated sprinklers, adhering to strict safety regulations due to the area's high wildfire risk and ensuring minimal disruption to the historic structure. This procurement is crucial for enhancing fire safety within the park while preserving its cultural and natural resources. Quotations are due by September 17, 2024, at 2:00 p.m. PT, and interested contractors should contact Brenda Lewis at BrendaLewis@nps.gov or 206-220-4018 for further details.
    183 CES Repair Fire Suppression Building 15
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Army, is seeking a contractor to provide repair services for the fire suppression system in Building 15 at the 183d Wing, Illinois Air National Guard Base in Springfield, Illinois. The existing system is in disrepair and does not meet state and federal code restrictions. The contract duration is 180 days, and the project is set aside 100% for Small Business. The estimated value of the project is between $500,000 and $1,000,000. Interested contractors must be registered in SAM and can access the solicitation and associated information on the Contract Opportunities website. The tentative date for issuing the solicitation is late May 2024, with a pre-bid conference scheduled for early-mid June 2024.
    Renovate the Male Dormitory Building 54, Potomac Job Corps Center in Washington, DC
    Active
    Labor, Department Of
    The Department of Labor is seeking qualified contractors for the renovation of the Male Dormitory Building 54 at the Potomac Job Corps Center in Washington, DC. The project involves comprehensive design and construction services, including interior renovations, system upgrades (plumbing, electrical, HVAC), and compliance with safety and accessibility standards, addressing significant issues such as mold and water damage. This initiative is crucial for maintaining facilities that support job training programs for youth, ensuring a safe and conducive learning environment. Interested contractors must adhere to the 8(a) Competitive Set-Aside requirements, with proposals due by October 16, 2024, and a pre-proposal conference scheduled for October 2, 2024. For further inquiries, contact Bernadette L Hughes at hughes.bernadette.l@dol.gov or Martrelle A. Pyatt Harvin at pyattharvin.martrelle@dol.gov.
    FCC COLEMAN, REPLACE SPRINKLER SYSTEM at FOOD SERVICE WAREHOUSE PROJECT 3D6F
    Active
    Justice, Department Of
    The Department of Justice, through the Federal Bureau of Prisons, is soliciting proposals for the replacement of the sprinkler system at the Food Service Warehouse located at FCC Coleman in Florida. The project involves the complete removal of the existing wet sprinkler system and the installation of a new system that complies with NFPA 25 and other applicable standards, with all necessary materials already on-site. This procurement is set aside for small businesses, including HUBZone, service-disabled veteran-owned, and women-owned enterprises, emphasizing the importance of enhancing fire safety within federal facilities. Interested contractors must submit their bids by September 24, 2024, at 10:00 ET, and can direct inquiries to Joshua Rosa at jrosagarcia@bop.gov or Todd Large at TLarge@bop.gov.
    Chancery Fire Sprinklers - 6th and 7th Floor Design + Build
    Active
    State, Department Of
    The U.S. Department of State, through the American Embassy in Geneva, is seeking qualified contractors to design and install a new fire sprinkler system for approximately 571 square meters across the 6th and 7th floors of its facility in Geneva, Switzerland. The project requires adherence to NFPA standards and aims to minimize disruptions to the office environment during installation, utilizing an existing wet standpipe and local municipal water supply. This firm fixed-price contract will encompass all associated costs, including travel, design, permits, materials, and installation, with a one-year warranty on the completed system. Interested contractors must register in the System for Award Management (SAM) prior to submitting their quotations, and they can direct inquiries to Ruby V Marcelo or Danielle Suberlucq at the provided contact information.
    Master Fire Alarm and Suppression Inspection, Repair
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Master Fire Alarm and Suppression Inspection, Repair, and Maintenance services at the Walla Walla Veterans Administration Medical Center. This five-year contract, with an estimated total funding of $47 million, aims to consolidate fire system inspection, testing, repair, and maintenance to ensure compliance with VA directives, National Fire Protection Association (NFPA) codes, and federal regulations. The services are critical for maintaining fire safety across 25 buildings and a water tower on the campus, as well as oversight of three leased clinics, thereby ensuring the protection of VA facilities and personnel. Interested parties should contact Craig Brown at craig.brown7@va.gov or call 360-696-4061 EXT 31504 for further details, with the contract set to commence on September 25, 2024, and four option years available.
    Z--Fire Suppression System Damage Repair of HSO Annex
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) is soliciting proposals for the repair of the fire suppression system at the HSO Annex Building in Colton, Oregon, following damage caused by a wet chemical discharge. The project involves restoring various areas, including the kitchen, bathroom, hallway, and mechanical spaces, with specific tasks such as flooring replacement, cabinetry refinishing, and HVAC adjustments. This procurement is particularly significant as it addresses essential maintenance for federal facilities, ensuring safety and operational efficiency. Interested contractors, especially those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their proposals by September 18, 2024, with an estimated contract value between $25,000 and $100,000. For further inquiries, contact Susanne Clark at susanneclark@blm.gov or call 503-808-6494.
    Z1DA--Thermo Storage Tank Repairs 553-23-100
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) has issued a solicitation for the repair and maintenance of a thermal storage tank at the John D. Dingell VA Medical Center in Detroit, Michigan. This project, with an estimated value of $500,000 to $1 million, is a firm-fixed-price contract exclusively for Service-Disabled Veteran Owned Small Businesses. The VA seeks a contractor to undertake the comprehensive repair work, ensuring the tank's proper functioning. The scope of work for this project is divided into phases and includes inspection, diagnosis, and repair or replacement of system components. The contractor must ensure uninterrupted operations during construction and adhere to strict safety and noise regulations. They are responsible for coordinating with the VA, maintaining existing structures and utilities, and providing temporary facilities. The work must be completed within 120 days of the Notice to Proceed. Interested parties should provide a detailed proposal, including a safety plan, schedule, drawings, and a critical path method (CPM) plan. The VA will assess bidders' capabilities, experience, and commitment to quality assurance, with price being a significant consideration. The deadline for bid submission is August 15, 2024, and bidders must meet the specified requirements and certifications. Additionally, the General Services Administration (GSA) seeks proposals for janitorial and custodial services in multiple federal buildings in the Greater Boston area. The procurement objective is to engage a single vendor for comprehensive cleaning and maintenance services, creating a safe and aesthetically pleasing environment. The contract, with an estimated total value of $15-20 million over five years, would encompass office spaces, public areas, and specialized facilities. GSA seeks vendors with experience cleaning large-scale facilities, who can provide their own cleaning products and equipment that comply with federal standards. Cleaning services are to be conducted after hours to minimize disruption. The selected vendor will develop a tailored cleaning schedule, manage staff, and coordinate with building management. Proposals for this opportunity are due by March 15, 2023, and GSA will evaluate them based on capability demonstrations and quality assurance commitments, with price being a consideration. Interested parties should visit www.gsa.gov/rfps for more information or contact John Doe at johndoe@gsa.gov. For both opportunities, eligible businesses are advised to carefully review the official solicitation documents and amendments available on beta.sam.gov.
    333302-24RF-0010040 Tupper Replace and Reinforce Roof for Library Panama, Republic of Panama
    Active
    Smithsonian Institution
    The Smithsonian Institution is seeking a qualified contractor to replace and reinforce the roof of the Earl S. Tupper Center library located in Panama. The project aims to enhance the structural integrity and environmental conditions of the library, requiring the contractor to provide all necessary supervision, labor, materials, and equipment to complete the work in accordance with Panamanian laws and regulations. This federal contract, with an estimated budget between $1 million and $5 million, is open to all businesses regardless of size, but contractors must be legally registered in Panama and meet specific experience and licensing requirements. Proposals are due by September 23, 2024, with a pre-bid conference scheduled for August 8, 2024, and a site visit on August 9, 2024. Interested parties can contact Christine Grant at grantCA@si.edu for further information.