|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1999 PSA#2268GSA, 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 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 exisiting space
and the government 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 small business 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 capabiity. 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 presentors 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
request or fax requests accepted. Refer to RFP GS-09P-99-KTC-0017.
Offerors must have an existing, active office, other than a jobsite,
officially 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. Respondents must demonstrate capability to
perform 80% of all contract services in existing offices within the
geographic range specified. Peformance 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
01/21/99 (W-SN290213). (0021) Loren Data Corp. http://www.ld.com (SYN# 0110 19990125\Z-0003.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|