SOLICITATION NOTICE
Z -- Renovation of the 4th and 6th floors for the USACE Tenant Improvement project at the Phillip J Burton Federal Building and U.S. Courthouse in San Francisco, CA
- Notice Date
- 2/9/2017
- Notice Type
- Presolicitation
- 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
- 9PQ2CP-17-0011
- Archive Date
- 6/9/2017
- Point of Contact
- Wesley J. Lau, Phone: 4155223015, Chris Van Duesen, Phone: 415-581-1791
- E-Mail Address
-
Wesley.Lau@gsa.gov, Chris.vandeusen@gsa.gov
(Wesley.Lau@gsa.gov, Chris.vandeusen@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The General Services Administration (GSA) announces a requirement for a small business General Contractor to provide all labor, materials, equipment, housekeeping and commissioning services to accomplish the United States Army Core of Engineer's (USACE) tenant improvement project on the 4th and 6th floors of the Phillip J. Burton Federal Building and U.S. Courthouse in San Francisco, California. The project shall include the performance of construction services based on a 100% completed design which will be included in the Request For Proposal. The General Contractor will be required to possess extensive capabilities in renovation of an occupied building, with all work to be in accordance with GSA quality standards and requirements, including Federally established energy and sustainability goals, accessibility requirements, and security specifications. Prospective Offeror's experience must include, but is not limited to, demonstrated experience executing major renovation projects involving demolition, mechanical, electrical, plumbing, framing, drywall, millwork, and finish work in an occupied building. The scope of work will include: 1. Demolition of existing floorplan; 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 Chilled Water; 5. Retrofitting of existing Variable Air Volume 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 to be tied into existing Chilled water risers & building DDC BAS system; 14. Installation of (1) 2.0-ton CHW Fan Coil unit tied into existing Chilled water risers & building DDC BAS system; 15. Installation of workstations and other furnishings; 16. Tenant move. The scope of work will be further detailed in the 100% Construction Drawings and Specifications that will be included in the Request For Proposal. Related services shall include, but are not limited to, site and construction sequence planning, monitoring, permitting, industrial safety and monitoring, and all necessary inspection services during construction, commissioning and potentially other related additional requirements. The estimated cost for the renovation on the 4th and 6th floors at the Phillip J Burton Federal Building and U.S. Courthouse is between $10,000,000.00 and $20,000,000.00, with project award anticipated in June 2017. All work under this contract shall be completed on or around December 31, 2018. Award will be subject to the availability of funds. Procurement Strategy: The GSA intends to award a firm-fixed price construction contract to a small business General Contractor using the best-value trade-off process in a competitive procurement. This will be a one-stage procurement process for a Construction Contract. This procurement will be a total small business set-aside. The North American Industry Classification System (NAICS) code is 236220 - Commercial and Institutional Building Construction and the size standard is $36,500,000.00 (average annual receipts within a 3-year period). Prospective bidders must be registered in the System for Awards Management (SAM). Information regarding registration can be found at http://www.sam.gov. The Government will issue the RFP which will be posted on FedBizOpps (www.fbo.gov) requesting any interested, responsible Offerers to submit their Technical and Price Proposals. The RFP shall be prepared in accordance with FAR Part 15 and include technical evaluation factors, developed in accordance with FAR 15.304. In addition to your technical proposal the RFP will require submission of a price proposal, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial technical and price proposals without discussions. Per FAR 28.102, Performance and Payment Bonds will be required by the successful offeror in the penal amount of 100 percent of the original contract price. The RFP will be issued electronically on or around February 27, 2017 on the internet at: http://www.fedbizopps.gov/. The due date for completed technical and price proposals in response to the RFP shall be on or around April 5, 2017. This procurement will be open to any qualified responsible small business general contractors including, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business under the NAICS code 236220. Although not mandatory, firms are encouraged to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications. There will be a pre-proposal meeting on or around March 15, 2017 at the Phillip J Burton Federal Building and U.S. Courthouse located at 450 Golden Gate Avenue in San Francisco, California. The time and room number will be determined and posted with the RFP. 52.219-14 Limitations on Subcontracting As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: LIMITATIONS ON SUBCONTRACTING (JAN 2017) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) participants; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants; and (3) Orders set aside for small business or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/9PQ2CP-17-0011/listing.html)
- Place of Performance
- Address: 450 Golden Gate Avenue, San Francisco, California, 94102, United States
- Zip Code: 94102
- Zip Code: 94102
- Record
- SN04397015-W 20170211/170209234253-a1aa833591f85b418ddc75d70804e2b3 (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 |