Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 26, 2015 FBO #5116
SOURCES SOUGHT

Z -- Sources Sought Ad for Partial Seismic Upgrade Project

Notice Date
11/24/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Public Buildings Service (PBS) - Acquisition Services Division (PGQC)
 
ZIP Code
00000
 
Solicitation Number
GS-09-P-16-KT-C-7002
 
Response Due
12/11/2015
 
Archive Date
12/25/2015
 
Point of Contact
Beverly Chin
 
E-Mail Address
Email
(beverly.chin@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. The award of this project is subject to the availability of funds. The General Services Administration (GSA) is seeking qualified small business general contractors to perform a partial seismic upgrade and related improvements needed due to impact on architectural finishes and MEP systems at the Frank Hagel Federal Building, 1221 Nevin Avenue, Richmond, California. The Frank Hagel Federal Building, which serves as the regional headquarters for the Social Security Administration (SSA), is located at 1221 Nevin Avenue in Richmond, California. The building complex consists of a six story office tower with penthouses and a one story auditorium that share a common podium slab and a one story basement. The basement, tower and auditorium were built in 1975 with a total area of approximately 630,000 square feet. A one story, 2,100 square foot day care center was built in 1996 on the same site as an independent addition. The building complex does not currently meet the seismic safety standards for existing buildings that have been adopted by GSA, and hence the following key deficiencies will be retrofitted under this contract: Steel moment frame and selected gravity system column splices within the office tower; Steel moment frame base anchorage within the office tower; Selected precast concrete cladding system attachments at the office tower; and Auditorium roof framing supports at the interface with the office tower. Construction of the structural improvements to the steel moment frames will impact architectural finishes and MEP systems. In the basement and at the 2nd and 4th floors, partitions and work stations will be removed around the steel moment frame and gravity columns to expose the column base and column splices. Finishes will be restored after the structural work has been completed. Impacts to MEP systems are minor, mainly consisting of temporarily supporting items attached to the partitions, and reinstalling them when the partition is restored. Cladding system improvements will be performed from both the interior and exterior of the building. At the interior locations, wall finishes and part of the ceiling will be removed to expose the concrete cladding panels. After the new connections are installed, the partition and ceilings will be restored. At the exterior locations, the cladding connections will be accessed by means of coring holes through the panels. These holes as well as saw-cut slots to be provided at other locations in order to afford more movement between the panels, will require architectural closure and treatment. MEP and data shafts generally occur at the perimeter of the building, and as such will also be impacted by the cladding system improvements. Mechanical ducting, hot water and chiller lines as well as limited lighting controls and electrical panels will need to be relocated for access. Some of the finishes and systems contain hazardous materials which will require abatement prior to their removal. Construction will be performed in phases so as to allow for continued use of the building. Unused space in the basement will be improved and temporary space will be created in the Auditorium and sixth floor as part of the project to create the necessary office swing space. This work will consist of installation of new flooring and ceilings and repairs of existing wall finishes. Selected improvements will also be made in these areas to better accommodate the program, including reconfiguring partition walls, installation of access flooring, installation of new energy efficient lighting, and installation of new energy efficient HVAC terminals. Fire life safety systems will be reconfigured as needed, including replacement of sprinkler heads. The estimated cost range is between $20,000,000.00 - $25,000,000.00. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. GSA is in the process of determining the availability, adequacy, and capabilities of potential small business sources prior to issuing a Request for Proposal for a General Contractor to perform a partial seismic upgrade and related improvements needed due to impact on architectural finishes and MEP systems at the Frank Hagel Federal Building, 1221 Nevin Avenue, Richmond, California. If no responses are received from potentially responsible sources, GSA under FAR Part 19.502(2) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. Firms interested in this effort must be able to demonstrate experience as a General Contractor on three (3) SIMILAR PROJECTS as defined below: SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a SIMILAR PROJECT, the project must meet all three (3) elements of size, type, and complexity as further defined here. To be considered similar in size projects must exceed $20,000,000.00 in construction costs and be completed in the last five (5) years, or be 75% complete as of September 30, 2015. To be considered similar in type projects must include one or all of the following elements: renovation construction involving seismic retrofit, working in a fully occupied building, and the development and implementation of a phasing plan for multiple tenant relocations within the building in order to accomplish the work. To be considered similar in complexity projects include, but are not limited to, Federal, State, County, City Office Buildings; Hospitals; Prisons; Federal, State, County Courthouse; Colleges and Universities; or Airports. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under North American Industrial Classification Systems (NAICS) code 236220 Commercial and Institutional Building Contracting. The small business size standard for NAICS code 236220 is $36,500,000.00 in average annual receipts over the past three years. If you are an interested small business, per the definition above, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. Please provide proof, i.e., SAM.GOV Registration printout, that your firm is a Small Business in accordance with NAICS Code 236220 (average annual receipts less than $36,500,000.00 for the past three years). 2.Is your firm an 8(a), Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business? (For additional information on small business concerns visit www.sba.gov) 3. Provide three (3) SIMILAR PROJECTS as described above that demonstrate the small business firm ™s past experience as a General Contractor. Submit a reference (name, title, phone number, and e-mail address) for each project submitted. 4.Letter from Bonding Company certifying that the small business firm has bonding capacity in excess of $20,000,000.00 for a single project. Each response shall be reviewed by the Contracting Officer for the purposes of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. In any Joint Venture or teaming arrangement the Lead Contractual Construction Firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least fifteen percent (15%) of work performed on-site has to be performed by its own workforce. Interested Construction Firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Beverly Chin, Contracting Officer, via e-mail to beverly.chin@gsa.gov. For additional information regarding this potential opportunity, please contact Beverly Chin, Contracting Officer. The DUE DATE for responses is December 11, 2015 by 4:00 p.m. Pacific Standard time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9a226d0d96e661ee51b630989c89b9a)
 
Record
SN03954220-W 20151126/151124234910-c9a226d0d96e661ee51b630989c89b9a (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.