Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

Z -- *RECOVERY*Repair, Alteration and Seismic Upgrades to the Hilo Federal Building and U.S. Post Office, 154 Waianuenue Avenue, Hilo, Hawaii

Notice Date
4/13/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-09-KT-C-0067
 
Archive Date
6/13/2009
 
Point of Contact
Beverly Chin,, Phone: 415-522-3141
 
E-Mail Address
beverly.chin@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
As authorized and partially funded by the American Recovery and Reinvestment Act (ARRA) of 2009, the General Services Administration (GSA) has a requirement for a qualified prime contractor to provide all labor, equipment, material, and incidentals needed for the repair, alteration and seismic upgrade to the Hilo Federal Building and U. S. Post Office located at 154 Waianuenue Avenue in Hilo, Hawaii. For the purposes of this solicitation, the work for this project is mainly to seismically upgrade, including upgrading of life-safety and handicap accessibility in the building. It also includes modernization of existing building systems to the extent possible as to consider the Historic significance of the building. The construction package includes, but is not limited to the following: The project will require demolition of existing walls and structure to incorporate seismic upgrades, accessibility and utility access. In the demolition process, selective removal of hazardous asbestos, lead-based paint and PCB containing materials will be required. Seismic upgrades to the building includes installation of new shear walls in the West and East wings of the building and column reinforcing in the main portion of the building. Provide tenant improvements, which will include ceiling work, carpet, flooring materials, repair patch and paint new and existing walls. Provide building repairs and improvements which include new signage, restoration of existing metal and wood railings, trims, and doors, repair and/or replace existing pavers, stairs, plaza fountain tiles to match finishes that take into account the Historic significance and preservation of the building. Provide plumbing, mechanical and limited HVAC upgrades to tenant spaces, electrical power, lighting, communications and security systems for the new tenant improvement spaces. Install a new fire alarm and sprinkler system for the entire building. This project will comply with the latest Uniform Building Code (UBC), National Fire Protection Association (NFPA), Architectural Barriers Act Accessibility Standard (ABAAS), Uniform Federal Accessibility Standards (UFAS)/American Disability Act (ADA) standards, whichever is more stringent, etc. The estimated cost range is between $7,000,000 - $10,000,000. The prime contractor shall be required to demonstrate a certain level of expertise and capability. This solicitation is being made under FAR 15.3 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. This Request for Proposal (RFP) will consist of two parts. Part I: Technical proposal in which the Offerors establish their qualifications as prime contractors in accordance with the following Evaluation Standards: (1) Past Performance on Similar Project. (2) Experience on Similar Projects, and (3) Experience of Key Personnel on Similar Projects for this project. Part 2: Evaluation of price proposals and award to the offeror with the best value. A 20% Bid Bond will be required to be submitted with the price proposal. Performance and Payment Bonds will be required prior to receipt of the Notice to Proceed. Firms interested in receiving copies of the RFP should contact Beverly Chin, Contracting Officer at (415) 522-3141. The RFP will be available after Monday, April 27, 2009. RFP due date is Friday, May 29, 2009 at 3:30 p.m. Pacific Daylight Standard Time. A Pre-RFP Meeting will be held at 10:00 a.m. on Tuesday, May 5, 2009 at the Hilo Federal Building and Post Office, 154 Waianuenue, Room 302, Hilo, Hawaii 96720. Questions shall be received no later than Friday, May 15, 2009. FOR MORE INFORMATION, PLEASE CONTACT Beverly Chin, Contracting Officer at (415) 522-3141 or by e-mail: Beverly.chin@gsa.gov. Refer to RFP GS-09P-09-KT-C-0067. 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, if a large business. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 40% for Small Businesses, 5% for Small Disadvantaged Businesses, 5% for Small Women-owned Business, 2% for HUB Zone Small Businesses, 3% for Small Veteran-owned Businesses and 3% for Service-Disabled Veteran Owned. 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 Part 2 submittal and included in the final contract. Firms must provide a brief written narrative of outreach efforts made to utilize Small Disadvantaged, Women-owned, HUB Zone, and Veteran-owned businesses. A subcontracting plan must be submitted and accepted prior to award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=032adb9ecac631304c9a9667488bf068&tab=core&_cview=1)
 
Place of Performance
Address: Federal Building and U. S. Post Office, 154 Waianuenue Avenue, Hilo, Hawaii, 96720, United States
Zip Code: 96720
 
Record
SN01791268-W 20090415/090413215439-032adb9ecac631304c9a9667488bf068 (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.