Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2016 FBO #5453
SOURCES SOUGHT

Z -- Source Sought for Small Business General Contractor for the 450GG Tenant Improvement project

Notice Date
10/26/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), GSA, PBS, Design & Construction Division (9P2PC), 50 UNITED NATIONS PLAZA, 1ST FL, San Francisco, California, 94102-4912, United States
 
ZIP Code
94102-4912
 
Solicitation Number
9PQ2PC-17-0099
 
Archive Date
6/26/2017
 
Point of Contact
Wesley J. Lau, Phone: 4155223015
 
E-Mail Address
Wesley.Lau@gsa.gov
(Wesley.Lau@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE PHILLIP BURTON FEDERAL BUILDING TENANT IMPROVEMENT PROJECT 450 GOLDEN GATE AVENUE, SAN FRANCISCO, CA THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. This is NOT a request for offers, proposals, quotations or invitations for bids 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. The Government is not obligated to and will not pay for information received as a result of this announcement. A Request for a solicitation will not receive a response. The General Services Administration (GSA), Region 9, Acquisition Management Division is conducting a sources sought to seek qualified and experienced small business contractors to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining whether a set-aside is possible or whether full and open competitive procedures should be utilized. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Anticipated Procurement Requirements The Phillip J Burton Federal Building and Courthouse is a twenty-one (21) story occupied building. The building is located at 450 Golden Gate Avenue in San Francisco, California. The project will propose the following major scope items to be performed on the 4th and 6th different floors of the building: 1.Demolition of existing; 2.Installation of new walls and t-bar ceiling. 3.Realignment of office and support spaces, with tenant improvements; 4.Partial demolition of plumbing fixtures and installation of new break room sink and refrigerator CW; 5.Retrofitting of existing VAV system to include addition of new zone(s) if/as required; 6.Retrofitting fire sprinkler system; 7.Demolition of existing and installation of tenant standard telecommunications, A/V, Security, and IT cabling and equipment; 8.Retrofitting fire alarm and detection system if/as required; 9.Retrofitting of existing electrical distribution system to include limited 24/7 emergency power requirements; 10.Installation of Emergency Operations Center. 11.Upgrade with building standard energy efficient lighting and lighting controls; 12.Installation of (2) 3-ton lead/lag operated CHW Fan Coil units for dedicated computer room to be tied into existing Chilled water risers & building DDC BAS system; 13.Installation of (1) 1.5-ton CHW Fan Coil unit for dedicated Mail Room to be tied into existing Chilled water risers & building DDC BAS system; 14.Installation of (1) 2.0-ton CHW Fan Coil unit for dedicated Book Print Room to be tied into existing Chilled water risers & building DDC BAS system; 15.Installation of workstations and other furnishings; 16.Tenant move. The project delivery method is expected to be traditional Design-Bid-Build. The General Contractor must be capable of providing all labor, materials, equipment, and testing required to successfully accomplish the above mentioned tenant improvement items. The Philip J Burton Federal Building and Courthouse must remain fully operational throughout the construction of the project. Work deemed to be disruptive to tenants must be scheduled after hours in order to minimize disruptions to building occupants and to maintain public safety. The construction contract is tentatively scheduled to be awarded in the 3rd Quarter of FY2017 with NTP given in the same quarter. Firms interested in this effort must be able to demonstrate experience as a primary general contractor on three 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 elements of size, type, and complexity as further defined here. SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To be considered similar in size, project(s) must exceed $4,000,000.00 in Initial award amount and be completed in the last 10 years. To be considered similar in type, project(s) must include renovation in a multi-story occupied facility or government building. To be considered similar in complexity, project(s) must include work as the Primary General Contractor performing the following work: demolition, framing, drywall, finishes, MEP, fire sprinkler and alarm, low voltage infrastructure for telecom (such as racks, cables, patch panels, and cable management), data security, CCTV, or access control systems. This notice seeks only those small business sources under North American Industrial Classification System (NAICS) code 236220 Commercial and Institutional Building Construction. 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 firm, 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. DUNS number, Central Contractor's Registration printout, certification letter from the Small Business Administration, etc.) 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. Identify whether your firm is 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. Please provide a narrative of your firm's experience and include at a minimum three (3) projects that meet the description of "Similar project" as described above. The narrative shall address the salient features for each project and include a client reference contact for each project, including name, title, address, e-mail, phone, and fax numbers. It is the responding firms' responsibility to ensure that client reference contact information is current and reliable. 4. Letter from Bonding Company certifying that the small business firm has bonding capacity in excess of $15,000,000 for a single project. Each response shall be reviewed by the Contracting Officer for the purpose 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 a 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 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 15 percent of the cost of contract, not including the cost of materials, with its own employees FAR clause 52.219-14(b)(1) - Limitations on Subcontracting. Interested firms should submit their interest and provide the required documentation to this notice to Wesley Lau, Contracting Officer, via email only at Wesley.Lau@gsa.gov. For additional information regarding this potential opportunity, please contact the Point of Contact listed in this notice. The DUE DATE for responses is Thursday November 17, 2016 by 3:00 PM Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/9PQ2PC-17-0099/listing.html)
 
Place of Performance
Address: 450 Golden Gate Avenue, San Francisco, California, 94102, United States
Zip Code: 94102
 
Record
SN04312921-W 20161028/161026233910-91547a1e7d98bce7692b3f575577b8b2 (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.