Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2002 FBO #0371
MODIFICATION

Z -- U.S. APPRAISERS BUILDING, 630 SANSOME STREET, SAN FRANCISCO, CA

Notice Date
12/6/2002
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), San Francisco Project Executive Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, CA, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-02-KTC-0081
 
Response Due
1/22/2003
 
Archive Date
2/6/2003
 
Point of Contact
Connie Russell, Contracting Officer, Phone 415-522-3130, Fax 415-522-3112,
 
E-Mail Address
connie.russell@gsa.gov
 
Description
The General Services Administration (GSA) has a requirement for a qualified prime contractor to provide all supervision, labor, equipment, materials, and incidentals needed for the tenant realignment construction within the U.S. Appraisers Building located at 630 Sansome Street in San Francisco, California. For the purpose of this solicitation, the work for this tenant improvement package is defined as Phase II of the Tenant Realignment for this building. The scope of this project is to provide tenant improvements to approximately 88,000 gross square feet of space in an occupied building for the Immigration and Naturalization Services (INS) and Public Health Unit. It also includes modernization of existing building systems. The construction package includes, but is not limited to the following: Partial demolition of approximately 88,000 gross square feet of existing vacant space, which will include removal of hazardous materials asbestos lead-based paint and PCB and clearance testing. Provide new tenant improvement spaces, which will include installing new suspended ceilings with integrated lighting, carpet, wall partitions, doors and hardware, paint and signage. Provide plumbing, fire protection, mechanical, electrical power, lighting, communication and security systems for the new tenant improvement space. Install a new fire alarm system for the space being renovated. This new fire alarm system for these floors will be connected into the existing system at the terminal cabinets located on each of these renovated floors. All newly renovated space constructed under this project will comply with the latest Uniform Building Code (UBC), National Fire Protection Association (NFPA), Uniform Federal Accessibility Standards (UFAS)/American Disability Act (ADA) standards, etc. The estimated cost range is $5,000,000 - $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 15.1 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. As technical proposals become more equal in their technical merit, the evaluated cost or price becomes more important. Technical proposal will consist of the offerors establishing their qualifications as prime contractors in accordance with the following Evaluation Standards: (1) Experience and Past Performance on Similar Projects, (2) Experience of Key Personnel on Similar Projects, (3) Management Plan, (4) Insurance and Safety Record, and (5) Surety and Bonding Statement. Offerors must have an existing, active office, other than a jobsite office, located within the geographic area of Northern California (defined as the area north of but not including Santa Barbara, Kern and San Bernardino Counties) and Nevada. At least one principal member of any proposed joint venture must have an existing office within the geographic area specified herein. Respondents must demonstrate capability to perform 80% of all contract services in the existing offices within the geographic area specified herein. A 20% Bid Bond will be required. Performance and Payment Bonds will be required prior to receipt of the Notice to Proceed. The plans and specifications of this Request for Proposal (RFP) can be procured throught the following printing company: East Bay Blue Print and Supply Company. Please fax request to Doris at (510) 261-6077. Also please be advised for security reasons, a copy of a Contractors license, Business license, or photo identification must accompany requests for copies of the solicitation Refer to RFP GS-09P-02-KTC-0081. 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. 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, and 2% for HUB Zone Small Businesses, 3% for Small Veteran-owned Businesses. 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. Firms must provide a brief written narrative of outreach efforts made to utilize Small Disadvantaged, Women-owned, HUB Zone, and Veteran-owned businesses. An agreeable subcontracting plan must be agreed to prior to award. This is not an Invitation for Bids.
 
Place of Performance
Address: U.S. APPRAISERS BUILDING, 630 SANSOME STREET, SAN FRANCISCO, CA
Zip Code: 94111
Country: USA
 
Record
SN00218477-W 20021208/021206213717 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.