Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2014 FBO #4464
SOURCES SOUGHT

Y -- IRS San Francisco 450 Golden Gate Ave. Space Optimization Project

Notice Date
2/11/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Francisco Service Center (9PFC), 450 Golden Gate Avenue, 3rd Floor East, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-14-KZ-C-SFSC
 
Archive Date
3/13/2014
 
Point of Contact
Michelle Davis, Phone: 415-522-4481, Gerald Mullarkey, Phone: 415-522-3208
 
E-Mail Address
michelle.warren@gsa.gov, gerald.mullarkey@gsa.gov
(michelle.warren@gsa.gov, gerald.mullarkey@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
IRS SAN FRANCISCO 450 GOLDEN GATE AVE SPACE OPTIMIZATION PROJECT (February 7, 2014) Objective The purpose of this request is to secure a "Turn-Key" construction contract to support an IRS space reduction project located at 450 Golden Gate Avenue, San Francisco, CA. This project is located in two spaces on the 6th floor and 7th floor of 450 Golden Gate Avenue San Francisco, CA (totaling approximately 37,000 rentable SF). We anticipate the Contractor will: 1. Complete minor drywall demolition and construction 2. Install plumbing and related upper and lower cabinetry to a break room 3. Provide new electrical wiring, realign the ceiling grid and alter HVAC, lighting, life safety systems and sprinklers to support the new furniture configuration 4. (Option) Provide and install new voice/data cabling throughout project area to both reconfigure, existing systems furniture as well as new demountable managers' offices and Tax Compliance Officer work stations. 5. Provide new paint and carpet 6. Reconfigure, re-fabric and clean existing systems furniture (as noted below) 7. Augment the existing systems furniture with additional components (as noted below), and 8. Coordinate with a third party, GSA vendor who will be furnish and install twenty-eight demountable managers' offices and seven Tax Compliance Officer workstations. Due to the high profile nature of this project and both IRS' and GSA's emphasis on workplace transformation, reduction of space and savings to the taxpayers, it is necessary that this project be complete, and IRS moved into their newly-completed premises on or before September 30, 2014. Collaborative GSA Acquisition Approach The GSA team involves both PBS and FAS, working together to achieve a cost-effective and timely solution for the IRS with the taxpayer's and agency's budget in mind.. The San Francisco Service Center (SFSC), Regional Chief Architect staff (RCA) and Real Estate Acquisition Division (READ) will work together to complete all phases of the project on or before September 15, 2014. These phases include coordinating moves, developing requirements, providing swing space, new furniture procurement and existing furniture redesign and installation and completing improvements in the new space for IRS. It is intended that this project be as much of a "turn-key" as possible, with the exception of personnel move services which will be provided by IRS. The Federal Acquisition Service (FAS), IWAC will be responsible for procuring and installing the new twenty-eight demountable managers' offices and seven Tax Compliance Officer workstations in accordance with the design developed and schedule requirements. Region 9 is planning to use this project to help drive future space re-utilization and collaborative projects among our customers and increase cross-divisional and cross-service acquisition solutions. This project will also serve as a model for future IRS space optimization projects. Construction Contract Scope: IRS will make internal staff moves in advance of the construction notice to proceed to allow for Contractor to remove furniture, demo areas within the space, renovate areas to be re-occupied, refurbish and return existing reconfigured systems furniture and augment them in accordance with the layout provided. Alterations scope: The proposed new perimeter floor to ceiling modular offices and new systems furniture work stations will require a realignment of the ceiling grid, HVAC, lighting, life safety systems and sprinklers. The nature and complexity of this work indicates that a traditional design, contracted for by PBS, will be needed that will include detailed construction documents indicating the work and phasing to be completed. 1. Demolish 5 walled offices, one supply room on 6th floor-East and 2 walled offices in the TEGE suite on 7th. Remove one double door and 5 decorated walls and a shelving closet on 6th floor east. 2. Remove door and install walls between the break room and RFD room and extend the RFD room by 100 sq ft. to match design layout. 3. Install sink, cabinets and counter top in the break room on the 6th floor-East. Provide plumbing as needed in the break room and red-line the as-built plans showing this completed work. The work will not be identified in the construction documents. 4. Perform prep work for demountable walls installation on 6th floor-East and TEGE suite on 7th floor. 5. Install new electrical feeds to provide power to all locations on the floor including workstations, manager offices, conference room and focus rooms. 6. Realign and balance light fixtures (including pendent lights) HVAC, plumbing, fire sprinklers, electrical outlets for 6th floor-East and 7th floor TEGE suite according to the new floor plan. 7. Install additional electrical and data/voice connections in conference room floors to prevent tripping hazards. 8. Replace carpet and apply new paint in the 7th floor TEGE suite and on the 6th floor-East. 9. Furnish and install wire security mesh for shared walls that are not slab to slab and that will be identified on the plan. Wire security mesh to comply with IRS security standards. 10. Provide infrastructure for card access readers as required. As an Option 1: Provide and install new voice/data cabling throughout project area to both reconfigure, existing systems furniture as well as new demountable managers' offices and Tax Compliance Officer work stations. Punch down, test and configure with IRS' existing voice/data infrastructure. Coordinate cutover of all employees returning to project area from temporary swing space with IRS. As an Option 2: Provide carpet and paint in the CI suite on the 7th floor (approximately 4800 sq ft). As an Option 3: Provide for the installation of a whiteboard wall or application of projection screen paint or dry erase paint for existing and new conference rooms as required. Furniture Scope: As stated above, a separate GSA vendor will be furnishing and installing twenty-eight demountable managers' offices and seven Tax Compliance Officer work stations in accordance with the space layout. The Contractor will be responsible for the existing systems furniture as itemized below and as shown on the plan attached herein. The contractor will be responsible for testing all data and power outlets for the workstations. Contractor is to determine the best method to disassemble, store, clean and stage all furniture. For the existing systems furniture indicated below, a complete furniture inventory and furniture installation drawings will be provided to Contractor by both Steelcase and Herman Miller dealerships and are intended to be relied upon by Contractor for scope, layout and required furniture parts and pieces to complete the new furniture configuration as proposed. The existing furniture augmentation will be fully designed and inventoried by both HM and Steelcase; as such, the respective furniture manufacturers, and their authorized dealerships, have already been involved with the project. 1. Re-install approximately 32 - 6'x8' Herman Miller Canvas Office workstations delivered from Sacramento IRS office for 6th floor- East. (These system furniture components will be stored in a temporary space at 450 Golden Gate Ave 1st floor). Connect re-installed workstations to new electrical connections furnished by the Contractor. As described in "Option 1" above, provide and install new voice/data cabling throughout reconfigured systems furniture; punch down, test and configure with IRS' existing voice/data infrastructure; coordinate cutover of all employees returning to project area from temporary swing space with IRS. 2. De-install approximately 105 existing 6'x8' and 8'x8' Herman Miller Action Office Series 2 workstations from the 6th floor and 7th floor - IT suite. Remove from work area and re-fabric panels selected for re-installation to match new color scheme and fabric types provided by IRS. Thoroughly clean all reused work surfaces and components and steam clean fabric panels. Re-install 97 workstations in new 6'x 8' configuration on 6th floor- East as shown on the design layout and furniture installation drawings. Connect re-configured workstations to new electrical connections furnished by the Contractor. (Note: the existing corner units are 36" wide instead of the 42" showing on the attached 6'x8' workstation). As described in "Option 1" above, provide and install new voice/data cabling throughout reconfigured systems furniture; punch down, test and configure with IRS' existing voice/data infrastructure; coordinate cutover of all employees returning to project area from temporary swing space with IRS. 3. De-install approximately 55 existing 8'x8' Steelcase Kick workstations on the 7th floor TEGE suite. Remove from work area, thoroughly clean all reused work surfaces and components, steam clean fabric panels and re-install approximately 47 of 6'x8' workstations on the 7th floor- TEGE suite on the design layout. IRS will provide the construction contractor the fabric and paint specifications for only the additional stations / panels needed to augment the reconfigured Steelcase product on the 7th floor. Contractor will not re-fabric the existing, re-used Steelcase panels. As described in "Option 1" above, provide and install new voice/data cabling throughout reconfigured systems furniture; punch down, test and configure with IRS' existing voice/data infrastructure; coordinate cutover of all employees returning to project area from temporary swing space with IRS. General Conditions: Contractor will demonstrate past performance on projects of similar size, scope, schedule and complexity. Contractor is required to walkthrough the office area, make a field measure of space and accept the inventory of furniture before the project begins. Contractor must protect all adjacent spaces at all times from construction contaminants (dirt, dust, odors, etc), excessive noise, and all other construction related hazards by providing a barrier between construction areas and occupied areas throughout the building. Contractor may not use the GSA dumpsters in the basement for waste disposal. It is the responsibility of the contractor to remove waste products from the building. All loud and disruptive work must be done after hours. Construction personnel use only freight elevators. The Contractor shall take all necessary precautions to prevent injury to the public, occupants, or damage to property. No corridor, aisle, stairway, door, or exit shall be obstructed or used in such a manner as to encroach upon routes of egress utilized by the public, building occupants, or to present unsafe or unhealthy conditions to the public or others. When the nature of the work prevents isolation of the area and the public or building occupants may be in, or pass through the construction area, alternate precautions such as the posting of signs, the use of signal persons, and the erection of barricades or similar protection around hazardous operations shall be used. All contractors must have a GSA security clearance and GSA badge in order to enter the project location. Contractor employees or subcontractors who do not possess a clearance or badge must be escorted by the prime contractor for the duration of the visit to the job site. Any person reporting to the job site without a current GSA clearance and badge will be required to leave the building without delay. The Contractor will be responsible for making sure that their personnel, and any personnel contracted through them, have valid HSPD clearances in place at the time of contract award. Project Schedule The duration of time of execution of this project is seven months total. The Region had both the A/E and CM on board by December 20, 2013. Design Complete - 2/28/14 Solicit Construction Contract - 3/1/14 Award Construction Contract - 4/1/14 Start of Construction - 4/1/14 IWAC Deliver and install new furniture - 7/30/14 Contractor begins IT work - 8/1/14 End of Construction - 8/8/14 IRS moves back into space - 9/15/14 GSA plans to issue a "Best Value" Request for Proposal (RFP) with the following evaluation factors and sub-factors to be considered: (1) Experience on comparable Project. Offerors will be evaluated based on relevant experience on similar work. Similiar work means work that is comparable in nature, type, and complexity to the solicitation's scope of work. (2) Past Performance. This factor considers the extent of the Offeror's past experience as a company or firm providing similar construction services, evidenced by specific examples of past performance on similar projects. Award will be made to the offeror whose proposal conforms to all the requirements of the solicitation and is considered to be most advantageous to the Goverment, price and other factors (Experience and Past Performance) considered; price being as important as technical. Following the issuance and evaluation of RFP, GSA intends to award a Firm-Fixed Price Contract. Interested potential offerors are invited to provide any comments, recommendations or questions on the synopsis of work activities. All feedback provided will be taken into consideration, however GSA reserves the right to not utilize the comments or any other information provided. THIS IS NEITHER A REQUEST FOR A FORMAL PROPOSAL NOR A PRESOLICITATION NOTICE, but is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. Contractors should not contact the Architect unless specifically authorized by the Contracting Officer. BY THIS POSTING, GSA WOULD LIKE TO BEGIN EARLY EXCHANGES WITH INDUSTRY. Parties interested in meeting with the Contracting Officer (Michelle Davis) and Project Manager (Gerald Mullarkey) should request a meeting by EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PEC/GS-09P-14-KZ-C-SFSC/listing.html)
 
Place of Performance
Address: Philip Burton Federal Building, IRS - 450 Golden Gate Avenue, 6th & 7th Floors, San Francisco, California, 94102, United States
Zip Code: 94102
 
Record
SN03285767-W 20140213/140211234156-9f8eb6f2a3996233fff0ec079398774d (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.