Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2016 FBO #5236
SOLICITATION NOTICE

Y -- General Contractor for the Infrastructure Project at the Philip J Burton Federal Building and U.S. Courthouse in San Francisco, CA - 450GG Infrastructure RFP - Past Performance Survey in Word

Notice Date
3/23/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), GSA, PBS, Design & Construction Division (9P2PC), 50 UNITED NATIONS PLAZA, 1ST FL, San Francisco, California, 94102-4912, United States
 
ZIP Code
94102-4912
 
Solicitation Number
GS-09P-16-KT-C-7006
 
Archive Date
6/23/2016
 
Point of Contact
Wesley J. Lau, Phone: 4155223015, Gary Kaplowitz, Phone: 415-522-2661
 
E-Mail Address
Wesley.Lau@gsa.gov, gary.kaplowitz@gsa.gov
(Wesley.Lau@gsa.gov, gary.kaplowitz@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Past performance survey provided in Word for your convenience 450GG Infrastructure RFP 3/23/2016 The General Services Administration (GSA) announces a requirement for a general contractor to perform construction services for the infrastructure project at the Philip J Burton Federal Building located on 450 Golden Gate Avenue in San Francisco, California. This solicitation is being posted pending approval of funds. 552.219-71 Notice to Offerors of Subcontracting Plan Requirements (MAR 2012) The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $700,000 ($1,500,000 for construction), must demonstrate that its subcontracting plan represents a creative and innovative program for involving small, HUBZone small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran owned small business concerns as subcontractors in the performance of this contract. *The General Contractor who is awarded this contract will be expected to conduct a small business outreach event to publicize possible subcontracts to the small business community. The event will utilize the conference space at 450 Golden Gate Avenue at no cost to the Contractor. The GSA will also participate and help plan/publicize the event. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction. Prospective bidders must be registered in the System for Awards Management (SAM). Information regarding registration can be found at http://www.sam.gov. Project Summary: The GSA announces an opportunity for a General Contractor to submit a proposal for a firm-fixed price construction contract for the Infrastructure Project at the Philip J. Burton Federal Building located at 450 Golden Gate Avenue in San Francisco, California. The Phillip Burton Federal Building and United States Courthouse is located in the Civic Center area of San Francisco. The building is the largest office building in the vicinity and the largest federal building in the San Francisco metropolitan area. Constructed in 1964, the building consists of 20 stories above ground with two underground basement and sub-basement levels which include parking. Situated on 2.6 acres of land area, the building has approximately 1,244,600 rentable square feet with 236 underground parking spaces. The building is rectangular in shape and sheathed in an aluminum and glass exterior with a limestone and granite stone facade over concrete walls and columns. The building was renovated from 1989 through 1995 for asbestos removal and tenant space changes. The front plaza was redesigned and reconstructed in 2000. A new main entry project to enhance the security and first impressions of the building was completed in December 2005. The proposed project shall include the following Scope of Work: 1. Install outside air (OA) intake risers from the north side building grade level up to below the 3rd floor windows as shown on the Contract Documents (CDs) attached to the RFP for this project; 2. The partial replacement of existing cold water (CW) mains with limited ACM pipe insulation abatement through basement and sub-basement areas from (2) CW service locations; 3. The ACM abatement of insulation for domestic CW riser fittings, limited ACM Steel beam fireproofing abatement over width of shaft wall demolition and the selective replacement of CW pipe risers from sub-basement to the roof of the building as shown on the CDs. 4. Replace adhesive based building solar control window film from the 1st floor to the 20th floor, less floor 8 and selective areas shown as not in contract (NIC) within the CDs. 5. Replace the building roof, replace (4) exhaust fans and demo (2) exhaust fans and rooftop ducting and pans over their respective duct drop curb, demo (2) end-suction pumps and piping and cap above roof. Perform salt corrosion repairs of roof mounted exhaust fan housings, limited replacement or salt corrosion repair of steel cooling tower platform supports and frames and large condenser water pipe support weldments as shown on the CDs; 6. Replace N & S Penthouse walls and ACM footing abatement. 7. Replace Window Film on floors 2 through 20 The Federal Building must remain fully operational throughout construction. Domestic water for washing and toilet flushing, potable water for the Cafeteria, HVAC exhaust and communications systems must remain operational during all occupied periods. Work deemed to be disruptive to tenants and the normal operation of the building (including loud noise, hazardous odors, dust, etc) must be scheduled for after normal building operation hours to minimize disruptions to building occupants and to maintain public safety. All work shall be in accordance with GSA quality standards and requirements, including Federally established energy and sustainability goals, accessibility requirements and security specifications. 100% Construction Drawings will be provided to the bidders. Prospective Offeror's experience must include, but is not limited to, demonstrated experience executing projects in an occupied building of similar size and complexity. The scope of work includes construction inspections, end-to-end pre-commissioning testing, commissioning, cost estimating, site investigation, site measurements, reproduction services, coordination, limited ACM and LBP abatement, demolition with recycling waste diversion and disposal, site supervision, quality management, security clearances for workers (HSPD-12) badging and other related services. Related services shall include, but are not limited to, delivery and staging sequencing through coordination with GSA Building Management, permitting, industrial safety and monitoring, and all necessary inspection services during construction, commissioning and potentially other related additional requirements. The estimated cost for construction is between $15,000,000.00 and $25,000,000.00. The award of a firm-fixed price contract is anticipated to be made in July 2016. The award is subject to the availability of funds. Procurement Details: This procurement is a full and open procurement. GSA intends to award a firm-fixed price contract to a general contractor utilizing the best-value trade-off process in a competitive procurement. This One-Stage procurement process for the Construction Contract will be based upon evaluation criteria developed pursuant to the Federal Acquisition Regulation (FAR) Subpart 36.2 SPECIAL ASPECTS FOR CONSTRUCTION CONTRACTING and FAR subpart 15.3 SOURCE SELECTION. The Government invites all interested responsible parties to submit a proposal. The solicitation shall be prepared in accordance with FAR Part 15 and include evaluation factors, developed in accordance with FAR 15.304. The solicitation will require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial technical and price proposals without discussions. Per FAR 28.102, Performance and Payment Bonds will be required by the successful Offeror in the penal amount of 100 percent of the original contract price. The Government will award a contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the Solicitation will be the best value to the Government, Total Evaluated Price and other factors considered. In addition to Total Evaluated Price, the following non-price factors shall be used to evaluate offers. They are listed in descending order of importance. (1)Experience on Similar Project (2)Experience of Key Personnel (3)Past Performance on Similar Projects (4)Small Business Subcontracting Plan Non-Price Factors, when combined, are more important than Total Evaluated Price. Although not mandatory, firms are encouraged to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications. There will be a pre-proposal conference scheduled for: 9:00am - 12pm Thursday, April 7, 2016 Philip J. Burton Federal Building and Courthouse Arizona Room 450 Golden Gate Avenue, 2nd Floor San Francisco, California, 94102 Interested parties must notify the Contracting Officer for further information about attendance and to confirm location, time, and date. Only those parties who have notified the Contracting Officer and provided necessary information in advance of the meeting will be allowed to attend. To request a reasonable accommodation due to a disability, contact the Contracting Officer. The Pre-proposal conference and site walk are not mandatory. Please bring a valid Government Issued Identification card (i.e. valid Drivers License) as it is required to enter the Federal Building. Site Walk: The site walk will follow the pre-proposal conference on April 7th. There will be a second site walk date on Friday, April 8, 2016 at 10am. Interested parties must notify the Contracting Officer 2 days in advance before attending the site walk so escorts can be made available. Proposal due date: In order to be considered for award, offers conforming to the requirements of the solicitation must be received at the following office no later than 4:00 pm Pacific Standard Time on the following date and at the following address: Date: Thursday May 12, 2016 Address: 50 United Nations Plaza, 3rd floor Room 3685, San Francisco, California 94102 Offers sent by commercial package delivery and hand delivery shall be deemed received as of the date and time of delivery to the office designated for receipt of offers. Offers sent by United States Mail shall be deemed timely if delivered to the address of the government installation designated for receipt of offers on or before the date established for receipt of offers. The past performance survey has been attached to this notice for the bidders convenience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-16-KT-C-7006/listing.html)
 
Place of Performance
Address: 450 Golden Gate Avenue, San Francisco, California, 94133, United States
Zip Code: 94133
 
Record
SN04059330-W 20160325/160323234546-d84292203fc38436805cabbed7f00d7c (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 |
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.