Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2005 FBO #1454
SOLICITATION NOTICE

Z -- U.S. Appraisers Buildings, San Francisco, Ca Tenant Realignment Phase III

Notice Date
11/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Francisco Project Executive Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS09P06KTC0011
 
Description
The General Services Administration (GSA) has a requirement for a qualified prime contractor to provide all labor, equipment, material, and incidentals needed for the construction of tenant realignment within the U.S. Appraisers Building located at 630 Sansome Street in San Francisco, California. For the purposes of this solicitation, the work for this tenant improvement package is defined as Phase III of the Tenant Realignment for this building. The scope of this project is to provide tenant improvements to approximately 132,000 gross square feet of space in an occupied building for the Citizenship and Immigration Services (CIS), Customs and Border Protection (CBP), and Immigration and Customs Enforcement (ICE) of the Department of Homeland Security (DHS) and Executive Office of Immigration Review (EOIR) of the Department of Justice (DOJ). It also includes modernization of existing building systems to the extent possible as to consider the Historic significance of the building. The construction package includes, but is not limited to the following: Demolition of approximately 132,000 gross square feet of existing vacant space, which will include removal of hazardous asbestos containing, lead-based paint and PCB containing materials. Provide new tenant improvement spaces, which will include installing new suspended ceilings with integrated lighting, carpet, flooring materials, wall partitions, doors and hardware, casework, laboratory equipment, transaction windows and counters, paint and signage, and restoration of existing finishes that take into account the Historic significance and preservation of the building, Provide plumbing, fire protection, mechanical and limited HVAC spaces for DHS-CBP Customs Laboratory and DOJ-EOIR, electrical power, lighting, communications and security systems for the new tenant improvement spaces. Laboratory renovations spaces are to be accomplished to meet current codes to the extent possible as not to significantly alter the Historic nature of the building. Install a new fire alarm system for the space being renovated. This new fire alarm system for these floors will be connected into the existing system at the terminal cabinets located on each of these renovated floors that was recently installed. All newly renovated space constructed under this project will comply with the latest Uniform Building Code (UBC), National Fire Protection Association (NFPA), Uniform Federal Accessibility Standards (UFAS)/American Disability Act (ADA) standards, etc. The estimated cost range is $15,000,000 - $20,000,000. The prime contractor shall be required to demonstrate a certain level of expertise and capability. This solicitation is being made under FAR 15.1 Source Selection. Award will be made to the offeror whose proposal conforms to all requirements of the solicitation and is considered to be most advantageous to the Government, cost or price and other factors considered. As technical proposals become more equal in their technical merit, the evaluated cost or price becomes more important. All prospective primes will need to first be found technically acceptable prior to submitting a price. This Request for Proposal (RFP) will consist of two phases: Phase I: Issuance of an informational set of documents with a request for technical proposals. Technical proposal will consist of the offerors establishing their qualifications as prime contractors in accordance with the following Evaluation Standards: (1)Past Performance on Similar Projects, (2) Experience on Similar Projects, (3) Experience of Key Personnel on Similar Projects, (4) Management Plan Other Minimum Qualifications: (1) Surety and Bonding Statement (2) Insurance and Safety Record. Offerors must have an existing, active office, other than a jobsite office, located within the geographic area of Northern California (defined as the area north of but not including Santa Barbara, Kern and San Bernardino Counties) and Nevada. At least one principal member of any proposed joint venture must have an existing office within the geographic area specified herein. Respondents must demonstrate capability to perform 80% of all contract services in the existing offices within the geographic area specified herein. Phase 2: Issuance of full sets of plans and specifications, evaluation of price proposals and award to the offeror with the best value. At Phase 2, a 20% Bid Bond will be required. Performance and Payment Bonds will be required prior to receipt of the Notice to Proceed. The prime contractors are to submit a written request for a copy of the RFP to: Constance Russell, GSA, PBS, Property Development Division (9PCE), 450 Golden Gate Avenue, 3rd Floor-West, San Francisco, CA 94102-3434. Written request is due November 28, 2005, no phone request or fax request will be accepted. Refer to RFP GS-09P-06-KTC-0011. The procurement is open to both large and small businesses under the Small Business Competitive Demonstration Program. Before the award of the contract the selected firm shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40% for Small Businesses, 5% for Small Disadvantaged Businesses, 5% for Small Women-owned Business, and 2% for HUB Zone Small Businesses, 3% for Small Veteran-owned Businesses. In support of the agency?s effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractor consultants will be reflected in a Small Business Subcontracting Plan to be submitted with the Phase 2 submittal and included in the final contract. Firms must provide a brief written narrative of outreach efforts made to utilize Small Disadvantaged, Women-owned, HUB Zone, and Veteran-owned businesses. An agreeable subcontracting plan must be agreed to prior to award. This is not an Invitation for Bids.
 
Place of Performance
Address: 630 Sansome Street, San Francisco, Ca
Country: usa
 
Record
SN00933929-W 20051119/051117212331 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.