COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29, 2001 PSA #2776
SOLICITATIONS
Z -- CONSTRUCTION OF TENANT IMPROVEMENTS WITH THE U. S. APPRAISERS BUILDING, 630 SANSOME STREET, SAN FRANCISCO, CA.
- Notice Date
- January 26, 2001
- Contracting Office
- GSA, Property Development Division, 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA 94102
- ZIP Code
- 94102
- Solicitation Number
- GS-09P-01-KTC-0032
- Point of Contact
- Constance Russell, (415) 522-3130
- 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 improvement 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 I of the Tenant Realignment for this building. The scope of this project is to provide tenant improvements to approximately 125,000 gross square feet of space in an occupied building for the Immigration and Naturalization Services (INS) and GSA joint use space. It also includes modernization of existing building systems. The construction package includes, but is not limited to the following: Partial demolition of approximately 125,000 gross square feet of existing vacant space, which will include removal of hazardous asbestos containing and lead-based paint materials. Provide new tenant improvement spaces, which will include installing new suspended ceilings with integrated lighting, carpet, wall partitions, doors and hardware, paint and signage. Provide plumbing, fire protection, mechanical, electrical power, lighting, communication and security systems for the new tenant improvement space. Replace existing steam boilers with efficient new steam boilers to provide heating for the building, Install a new fire alarm system riser for the entire building that will be used to tie the new fire alarm devices from the newly renovated spaces and for future devices. This new fire alarm system will be tied to the existing system, which will stay in operation until all spaces in the building is fully renovated. 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 $10,000,000 -- $15,000,000. The prime contractor shall be required to demonstrate a certain level of expertise and capability. This solicitation is being made under FAR 15.6 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. Price is less important than the combined weight of the technical evaluation factors. 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) Experience and Past Performance on Similar Projects, (2) Experience of Key Personnel on Similar Projects, (3) Management Plan, (4) Insurance and Safety Record, and (5) Surety and Bonding Statement. 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 February 14, 2001, no phone request or fax request will be accepted. Refer to RFP GS-09P-01-KTC-0032. 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 inititatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40% for Small Businesses, 5% for Smalll Disadvantaged Businesses, 5% for Small Women-owned Business, 2% for HUBZone 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 two submittal and included in the final contract. Firms must provide a brief written narrative of outreach efforts made to utilize Small Disadvantaged, Women-owned, HUBZone, and Veteran-owned businesses. An agreeable subcontracting plan must be agreed to prior to award. This is not an Invitation for Bids.
- Record
- Loren Data Corp. 20010129/ZSOL018.HTM (W-025 SN50B901)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|