Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2008 FBO #2369
SOLICITATION NOTICE

Z -- Demolition/Renovation of the Virginia Ave. Parking Lot for the Exapnsion and Reconfiguration Project at the San Ysidro Land Port of Entry, San Diego, CA

Notice Date
5/20/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-08-KTC-0081
 
Point of Contact
Wesley J. Lau,,
 
E-Mail Address
Wesley.Lau@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SMALL BUSINESS OUTREACH FOR PHASE 1 A (DEMOLITION/RENOVATION OF THE VIRIGINIA AVE. PARKING LOT) GS-09P-08-KTC-0081 EXPANSION AND RECONFIGURATION PROJECT SAN YSIDRO LAND PORT OF ENTRY SAN DIEGO, CALIFORNIA The General Services Administration announces a requirement for a firm-fixed price Design Build Demolition and Improvements project within a portion of the Expansion and Reconfiguration of the San Ysidro Border Station in San Diego CA. The project portion referenced is defined as the Phase 1A Virginia Avenue Parking Lot. This procurement is a SMALL BUSINESS SET-ASIDE. Minority firms, such as Small, Small Disadvantage, Woman-Owned, and Service Disabled Veteran-Owned Businesses are encouraged to participate as the Prime General Contractor. This procurement is being made under the Small Business Competitiveness Demonstration Program. Firms having the qualifications to meet the requirements identified herein are invited to respond to and attend a Small Business Outreach Conference scheduled by the GSA on June 18, 2008 at the General Services Administration Offices, 450 Golden Gate Ave., 3rd. Floor West, San Francisco, CA 94102. The estimated cost range for this project is between $2,500,000.00 and $3,500,000.00. The awarded D/B contractor will be required to provide 100% performance and payment bonds for the amount agreed upon prior to the Notice-to-Proceed issuance. The general scope for the Phase 1A Virginia Avenue Design Build Demolition and Improvements project is as follows: The Phase 1A Virginia Avenue property is located directly South of Camino De La Plaza, East of Virginia Ave and North of the International Boundary between the United States of America and the Republic of Mexico. The Virginia Avenue site is approximately 137,195 SF. Lands of USA and Public Agency APN# 666-341-06-00. The WORK consists of providing the demolition of (1) one single story office building; (1) one office/loading dock structure; (1) one in ground concrete vehicle weight scale; and other site features. This work will also include the potential removal and transfer of hazardous site and building materials, and providing and installing improvements at the Virginia Avenue site. It is anticipated that the Design/Build Delivery Method will be used for this project. The project scope may be required to be performed in phases as identified below: Phase 1A.1: Demolish the existing office building and foundations, in ground concrete vehicle weigh scale station, and associated landscaping. Identify, remove and transfer any hazardous building and site materials. Complete the eastern and northern portions of the parking lot providing and installing landscaping, finish paving, patch & seal coat existing paving, striping, lighting, security cameras and paint. Provide and install a new perimeter security fencing around the entire property including (2) new rolling gates. Provide and install three prefabricated bus shelters and a prefabricated security guard booth. This first phase, 1A.1 will provide 227 parking spaces on the Virginia Ave. property. Phase 1A.2: Demolish and remove existing office/loading dock and foundations. This work will occur simultaneous to that described within 1A.1 above. Contractor will protect parking lot and structures installed within Phase 1A.1 while all demolition and hazardous material remediation within Phase 1A.2 occurs. The GSA intends to use the Phase 1A.1 section for parking as soon as that construction is determined complete and the site secure. Phase 1A.3: Complete parking lot construction, on the western portion of the site, re: Phase 1A.2, where the loading dock building and foundation was demolished. Provide and install grading, landscaping, finish paving, patch & seal coat existing paving, striping, lighting, security cameras and paint to combine both Phase 1A.1 and 1A.2 site portions. Phase 1A.3 will provide 137 additional parking spaces totaling 364 parking spaces for the entire Virginia Avenue parking site. The D/B contractor shall furnish all supervision, engineering, inspection, design, technical personnel, monitoring, labor, material, tools, all required permits, services, testing and equipment needed to perform and complete demolition; remove and transfer any hazardous building and site materials; and perform project site clearing, temporary shoring, dewatering and grading as required. The D/B contractor shall also be responsible for the following: 1) removal of all buildings and weight station foundations, structures, storage sheds, designated fences, trash, debris, trees, bushes, piles of concrete rubble, and designated asphalt and concrete paving, 2) removal of all utilities/service confirmed as obsolete such as: water services, laterals, sewer laterals, storm drain, gas services, electric services and poles, telephone services, tanks, mechanical equipment and utility cable services both overhead and underground, 3) furnishing and installation of all designated improvements and systems as indicated above that will be further clarified within the RFP contract documents. The D/B contractor shall be experienced in the administration and supervision of projects that include the following: building demolition and improvements, including shoring and right of way work, remediation of hazardous materials removal and transfer, site security that includes Closed Circuit Surveillance Systems installation, Security Fencing, and Electrical Systems covering Electrical Light Poles and Lighting. The D/B contractor shall also be experienced in work related to Site Paving and Paint Striping, Metal Buildings, Landscaping and the coordination, termination and/or installation of all required utilities and systems. Qualified D/B Contractors interested in scheduling attendance to the above mentioned Small Business Outreach are required to contact the GSA no later than 3:00 PM, June 9, 2008. Notify Wesley Lau via email at wesley.lau@gsa.gov.of your interest to be part of this Small Business Outreach. All Contractors interested in attending the Small Business Outreach on June 18, 2008, will be required to submit a completed Standard Form 330. All contractors shall also anticipate providing a verbal presentation of not to exceed 30 minutes to demonstrate their experience on projects similar to the Virginia Avenue project scope as indicated herein. The GSA will establish a Contractors shortlist by June 23, 2008 based on the qualifications supplied and presentations made at the Small Business Outreach Conference. Shortlisted D/B Contractors will be issued a Request for Proposal (RFP) package by June 24, 2008. Response to the RFP shall be no later than 3:30 PM PT, July 14, 2008. Contractors responding to the RFP shall be required to provide a brief presentation to the GSA on July 16, 2008. Contractors should anticipate a more detailed project scope description and illustrations of the Phase 1A Virginia Avenue Parking Lot project within the RFP. Shortlisted firms will be selected based on the following Evaluation Criteria: (1) Past Experience of the Firm: Demonstrate experience on 3 projects completed in the past 10 years of similar size and complexity. (2) Experience of Individual Team Members: Education and background, qualification, professional licenses and affiliation of principal team members, and the demonstrated ability of working together to provide similar relevant services to public and private sector clients. (3) Management Strategies: Visual and narrative presentation of your management approach to a project of this size and complexity including anticipated milestone methods employed for cost and schedule control, claims avoidance, and potential problems and your proposed methods of resolving them and achieving a successful project. Identify critical areas of concern specifically for this project and potential problems and your proposed methods of resolving them and achieving successful project. The anticipated project demolition/improvement construction duration is approximately 90+ calendar days. Clearly identify activities and methods you consider viable to reduce the identified construction duration estimate. Provide a construction duration estimate to the GSA if it differs from that indicated. (4) Past Performance: For each project identified in (1) above and for key personnel submitted, provide the owners name, two points of contact, phone numbers for the points of contact. Shortlisted Contractors will be provided the opportunity to view the site prior to the RFP response deadline. The tentative date scheduled for the site observation is July 8, 2008. The General Services Administration anticipates award of the Phase 1A Virginia Avenue Design Build Demolition and Improvements project on or before July, 29, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d6e1506a323763904c6e97980d4ffeb6&tab=core&_cview=1)
 
Place of Performance
Address: The place of contract performance is located directly South of Camino De La Plaza, East of Virginia Ave and North of the International Boundary between the United States of America and the Republic of Mexico., San Diego, California, 92173, United States
Zip Code: 92173
 
Record
SN01576722-W 20080522/080520221231-d6e1506a323763904c6e97980d4ffeb6 (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.