|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1999 PSA#2278GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor
West, San Francisco, CA 94102 Z -- CONSTRUCTION OF CAFETERIA & CONFERENCE ROOMS, 2800 COTTAGE WAY,
FEDERAL BLDG, SACRAMENTO, CA SOL GS-09P-99-KTC-0017 DUE 030999 POC
Roger Wiesnoski, Contracting Officer (415) 522-3083 This amends the
original notice published January 26, 1999 and posted in CBDNet on
January 21, 1999. The General Services Administration (GSA) has a
requirement for a qualified prime contractor to provide all labor,
equipment, materials, and incidentals needed for construction of a
cafeteria and conference rooms at the 2800 Cottage Way Federal
Building, in Sacramento, CA. This portion of the project is designated
Phase IV. Phase I of the project was designated as the east wing
core/shall renovation and tenant improvement and is 100% complete.
Phase II of the project was designated as the core/shell renovation of
the west wing and is 100% complete. Phase III is the tenant build-out
of the west wing and is scheduled to be completed March 21, 1999.
Subject work will be a follow-on to Phase III. The scope consists of
building out a roughly circular building of 8,000 square feet,
bisecting it with one side a cafeteria and the other conference rooms.
There will be partial demolition of existing space and thegovernment
will be supplying the cafeteria equipment. The interior construction
package includes, but is not limited to the following: approximately
200,000 gross square feet of space to be contained with gypsum board
partitions, security barriers, architectural woodwork, interior
finishes, ceilings, flooring, doors and door hardware. Successful
proposer will provide plumbing, fire protection, mechanical, HVAC,
communications, electrical power, lighting and other systems connected
to the base building system that was completed under Phase II. The
estimated cost range of the project is between $1 and $5 million. This
procurement is being made under the Small Business Competitiveness
Demonstration Program. Although this procurement is unrestricted and
open to both large and small businesses, small disadvantaged and
women-owned small business firms are encouraged to participate. Before
award of the contract, large business will be required to submit an
acceptable small, small disadvantaged and women-owned smallbusiness
subcontracting plan in accordance with Public Law 95-507 (small
businesses are exempt). The prime contractor shall be required to
demonstrate a certain level of expertise and capability. The
solicitation is being made under FAR 15.1 -- Source Selection Processes
and Techniques. 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. The evaluation factors other than price, when combined, are
significantly less important than price. This Request for Proposals
(RFP) will consist of two phases: Phase I: Issuance of a full set of
plans and specifications with a request for price proposals. A 20%
bid-bond will be required at the time proposals are submitted. Failure
to include bid-bond with proposal will disqualify firm. Upon receipt
of price proposals, a competitive range will be established based on
price and price related factors. Phase II: firms within the competitive
range will be requested to give oral presentations, lasting no more
than 45 minutes each, on their technical competence. Factors to be
considered in this evaluation, listed in order of importance, are: Key
Personnel, Management (QC) Plan, Past Performance and Stability of
Relationship with Key Subcontractors (Electrical, Plumbing,
Mechanical). A panel will rank presenters and submit recommendations to
the Contracting Officer, who will consider this ranking, along with
price evaluation, to make final selection of the firm whose offer
presents the best value to the government. Prime contractors may submit
a written request for a copy of the RFP to Roger K. Wiesnoski, GSA,
PBS, Property Development Division (9PCN), 450 Golden Gate Avenue, 3rd
Floor West, San Francisco, CA 94102. Written requests will be
available February 8, 1999. No phone requests or fax requests accepted.
Refer to RFP GS-09P-99-KTC-0017. Performance and Payment Bonds will be
required prior to receipt of Notice to Proceed. This is not an
invitation for bids, there will not be a public bid opening. Posted
02/04/99 (W-SN295019). (0035) Loren Data Corp. http://www.ld.com (SYN# 0173 19990208\Z-0019.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|