SOLICITATION NOTICE
56 -- Construction Services for the Nevin, Main, and the Marina Streets Building Entrances for the existing Frank Hagel Federal Building (FHFB) located at 1221 Nevin Avenue in Richmond, California
- Notice Date
- 9/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), GSA, PBS, Property Development Division (9P2), 450 Golden Gate Avenue, 3rd Fl. West, San Francisco, California, 94102, United States
- ZIP Code
- 94102
- Solicitation Number
- GS-09P-13-KT-C-0028
- Archive Date
- 10/30/2013
- Point of Contact
- Nikolaos Mitsiopoulos,
- E-Mail Address
-
nikolaos.mitsiopoulos@gsa.gov
(nikolaos.mitsiopoulos@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Buildings, This solicitation is a total Small Business Set Aside The General Services Administration (GSA) (PBS), Design and Construction Division (9PC) has a requirement from a small business for a highly qualified General Contractor (GC) Firm for the construction services for Nevin, Main, and the Marina streets Building Entrances for the existing Frank Hagel Federal Building (FHFB) located at 1221 Nevin Avenue in Richmond, California. The primary goal of the project is to reposition this GSA asset for long-term use through improvement/upgrade to selective building components and by providing comfortable, modern working environments for the current tenants. In order to achieve this goal the construction contractor will be required to construct the project in accordance with all GSA goals, guidelines and standards. Work for this project will address aesthetic improvements and functional improvements for the physical security access control to the building, life safety egress, and weatherization improvements to the building. Work includes modifications to ceilings, flooring, millwork, security equipment, mechanical, electrical, and fire life safety systems. The entry upgrades also include new exterior walk-off mats and new drainage. The project includes but is not limited to the following: · Demolition and construction to renovate entrances and provide security upgrades to three building entrances. · Address aesthetic and functional improvements for the physical security access control to the building, life safety egress, and weatherization improvements to the building. · Work includes modifications to ceilings, flooring, millwork, security equipment, mechanical, electrical, and fire life safety systems. · The entry upgrades also include new exterior walk-off mats and new drainage. · Implementing green-sustainable techniques, and features to achieve LEED Gold certification. The Estimated Construction Cost Range for this project is between $5,000,000 and $10,000,000. This acquisition is set-aside for small business in accordance with FAR 19.5 set-aside for Small Business. The applicable North American Industry Classification System (NAICS) code is 236220 and the Small Business Administration (SBA) size standard is $33.5 million dollars in annual receipts averaged over a concern's latest three completed fiscal years. All contractors must be registered in SAM.GOV prior to award. 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. This Request for Proposal (RFP) will consist of two parts. Both technical and price proposals shall be delivered to the Government, in separate envelopes, at the same time. Technical proposals will consist of the offerors demonstrating their qualifications to perform the scope of work through their experience and the quality of past performance when performing similar work as well as the experience of the firm on similar projects. Price proposals will be evaluated in accordance with the full set of plans and specifications included as part of the RFP. A 20% Bid Bond is required at the time the price proposal is submitted; Performance and Payment Bonds will be required prior to receipt of Notice to Proceed. Contractors are to submit a written request for a copy of the RFP (including plans and Specifications) to: nikolaos.mitsiopoulos@gsa.gov Refer to RFP GS-09P-13-KT-C-0028. The request must be accompanied by proof that the requesting firm is registered in SAM. The RFP will be available on or about October 15, 2013. It is anticipated that the proposals will be due approximately six (6) weeks after the RFP is released. A site walk-through and pre-proposal conference will be held, date to and location to be determined, to promote a better understanding of the RFP for prospective offerors prior to their preparation and submission of technical proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-13-KT-C-0028/listing.html)
- Place of Performance
- Address: 1221 Nevin Avenue, Richmond, California, 94801, United States
- Zip Code: 94801
- Zip Code: 94801
- Record
- SN03203503-W 20130928/130926234641-3f98415bf0d4b2180b05dfd066ca69de (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |