Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

F -- Seismic Study

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
PR200810130000
 
Response Due
9/8/2008
 
Archive Date
9/23/2008
 
Point of Contact
Steve J. Cox,, Phone: 202-501-0543, Demetria J. Brown,, Phone: 202-208-3201
 
E-Mail Address
steven.cox@gsa.gov, demetria.brown@gsa.gov
 
Small Business Set-Aside
Partial Small Business
 
Description
GENERAL SERVICES ADMINISTRATION PUBLIC BUILDINGS SERVICE SCOPE OF WORK SEISMIC SAFETY IN COMMERCIAL REAL ESTATE MARKETS PLEASE NOTE THAT THERE IS A TELECONFERENCE REGARDING THIS ANNOUNCEMENT ON 8/21/2008 AT NOON EST. Telephone No.: 866-614-5160 Participant Passcode: 7795506 1.0. Introduction The General Services Administration (GSA) seeks real estate and engineering analytical expertise to determine the market availability and estimated average costs and total increased costs to leased facilities to the Government (GSA), to meet the “Standards of Seismic Safety for Existing Federally Owned and Leased Buildings”, ICSSC – RP 6, per Executive Order 12941. Life-Safety is the minimum acceptable performance objective for federally leased buildings. According to “Seismic Evaluation of Existing Buildings”, ASCE 31-03, Life Safety Performance Level is defined as: “Building performance that includes damage to both structural and nonstructural components during a design earthquake, such that: (a) partial or total structural collapse does not occur, and (b) damage to nonstructural components is non-life-threatening.” GSA needs a contractor to determine the average additional costs in 2008 dollars to pay lump sum to retrofit newly leased buildings or lease buildings that meet the Life-Safety requirements of “Standards of Seismic Safety for Existing Federally Owned and Leased Buildings”, ICSSC – RP 6. (RP 6 can be obtained by visiting http://fire.nist.gov/bfrlpubs/build02/PDF/b02006.pdf). Determine the availability of buildings meeting the above standards and the amount of that space expected to be found in each of the 20 markets (attached) (Miami is exempt from RP6 since it is located in Region of Low seismicity) versus meeting the current standard of RP-4. The contractor shall identify the square footage, the number of buildings, and the percentage of the current GSA lease inventory that meets the baseline RP-4 in each of the 20 markets. For those buildings in the current GSA leased inventory that do not meet the RP4 standard, the contractor shall identify the total cost in 2008 dollars to pay lump sum to retrofit these buildings to meet the Life-Safety requirements of “Standards of Seismic Safety for Existing Federally Owned or Leased Buildings,” ICSSC – RP 4, (RP 4 can be obtained from the Building and Fire Research Laboratory, National Institute of Standards and Technology, Gaithersburg, MD 20899). GSA’s current inventory of leases and lessor contacts is available at www.gsa.gov/leasing (updated monthly). Assume buildings will be fully occupied during construction. Changed from no of stories to SF to match the FEMA Cost Estimator Building Area (SF) Level of Seismicity0-9,99910,000-49,99950,000-99,999≥100,000 Moderate pre-1969xxxx post-1969xxxx High pre-1969xxxx post-1969xxxx Very High pre-1969xxxx post-1969xxxx Table 1.0 GSA’s Public Buildings Service maintains a leased space inventory of approximately 8,300 leases with over 164 million RSF. Approximately one-fifth of the leased inventory expires every year. 2.0. Scope of Work GSA will provide the contractor with a briefing on GSA’s current leased space inventory, detailed information about GSA’s portfolio, including location, size, and other information reasonably required by the contractor. GSA needs a contractor to determine the average additional costs in 2008 dollars to pay lump sum to retrofit newly leased buildings or lease buildings that meet the Life-Safety requirements of “Standards of Seismic Safety for Existing Federally Owned and Leased Buildings”, ICSSC – RP 6. (RP 6 can be obtained by visiting http://fire.nist.gov/bfrlpubs/build02/PDF/b02006.pdf). Determine the availability of buildings meeting the above standards and the amount of that space expected to be found in each of the 20 markets (attached). (Miami is exempt from RP6 since it is located in Region of Low seismicity) versus meeting the current standard of RP-4. The contractor shall identify the square footage, the number of buildings, and the percentage of the current GSA lease inventory that meets the baseline RP-4 in each of the 20 markets. For those buildings in the current GSA leased inventory that do not meet the RP4 standard, the contractor shall identify the total cost in 2008 dollars to pay lump sum to retrofit these buildings to meet the Life-Safety requirements of “Standards of Seismic Safety for Existing Federally Owned or Leased Buildings,” ICSSC – RP 4, (RP 4 can be obtained from the Building and Fire Research Laboratory, National Institute of Standards and Technology, Gaithersburg, MD 20899). GSA’s current inventory of leases and lessor contacts is available at www.gsa.gov/leasing (updated monthly). Determine the average total cost (structural cost, nonstructural cost, design fee, testing, etc. and management costs) of buildings located in Moderate High and Very High levels of seismicity (per FEMA Seismic Rehabilitation Cost Estimator (visit: www.fema.gov/srce/index.jsp ) for the areas shown in Table 1.0, to meet the standards of RP-6. The contractor shall also present the per square foot cost across the GSA leased inventory. The contractor will determine rental rates for GSA “standard space that meets RP-4” and the rental rates for RP 6 compliant space in each of the 20 markets or MSA’s (attached), where GSA is most active and an estimate of the cost to meet these standards in all of GSA’s leased locations, Miami is exempt from RP6 since it is located in Region of Low Seismicity. If the contractor is unfamiliar with GSA’s lease requirements, we will provide the contractor with a copy of a SFO using a Tenant Improvement rate of $35.00 per square foot. The contractor will also provide to GSA, the costs per square foot of design, construction, and all other costs to make standard buildings compliant with RP-6 in those markets. The contractor will develop estimated average total costs per square foot for leased buildings using a performance measure that will consider the geographic market, the type and class of space, the pricing dynamics (rate, term, concessions, etc.) within the 20 markets where GSA is most active, and the type of procurement, e.g., new and succeeding. The goal is to identify the rental premium per square foot and measure the cost effectiveness of the: •transaction, •portfolio of transactions over the year, •roll up the aggregate “relative value” of the inventory’s rent rates as compared to the market overall, and •Per square foot cost within the inventory. The data in this study shall be done to at least a 95% confidence level. 3.0. Deliverables A memorandum defining the action plan of how the contractor will meet the goals and objectives of this study is due one week after the notice to proceed. A 60% draft report (five bound copies and five electronic copies Adobe PDF format) and presentation to GSA at a location to be determined (TBD) is due 8 weeks after the notice to proceed. The 90% draft report (five bound copies and five electronic copies in Adobe PDF format) and presentation to GSA in TBD is due 2 weeks after approval of the 60% report. The final report (ten bound copies and five electronic copies in Adobe PDF format) and final presentation to GSA in TBD is due 2 weeks after approval of the 90% report.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36d03ce3dc054fd588805f47af18348d&tab=core&_cview=1)
 
Record
SN01635766-W 20080810/080808224153-36d03ce3dc054fd588805f47af18348d (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.