Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

56 -- Window replacement for Honolulu Courthouse

Notice Date
12/23/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-09-KT-C-0018
 
Point of Contact
Gregory McSweeney,, Phone: 4155223121, Joseph Nolan,, Phone: 4155224010
 
E-Mail Address
greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA Region 9, San Francisco) announces an opportunity in Construction Excellence. The General Services Administration (GSA) Region 9 proposes to replace all the windows at the Prince Jonah Kuhio Kalanianaole (PJKK) Courthouse, 300 Ala Moana Blvd, Honolulu, HI 96850. The 136,210 GSF Courthouse is a Level IV, ISC Medium level protection structure. The US General Services Administration (GSA) is pursuing a prudent course to protect the people visiting and working in the space in its charge. Flying glass fragments and debris, which may be the result of numerous causes (e.g., explosions, projectile impacts, violent weather, etc.), have the potential for producing serious injury or death. As part of its protection program, GSA initiated a Glass Fragment Retention for Windows Program to assess and retrofit, as required, the windows in its facilities to meet the Condition of 3b or lower requirements of the Interagency Security Committee (ISC) Security Design Criteria. GSA is seeking Design-Built Contractors for the design and installation of blast resistant window systems, windows resistant to glass fragmentation will be capable to serve as a moisture barrier. The existing curtain-wall is not weather tight, and thus has become a source of moisture intrusion into the building which is a contributing factor to the operation efficiency of the HVAC system. The Scope of Work for the curtain-wall system includes the following: Replacement of the existing windows (Glass and Frames only) with new blast resistant windows (Glass and Frames only). There are five (5) different types of window configurations for a total of 5,400 SF. Typical panes sizes are: 73” H x 58” W, 44” H x 54” W, 69” H x 42” W, 16” H x 78” W and 76” H x 57” W. The 4th floor East Side of the building may require ballistic windows. The D-B Contractor shall have demonstrated experience with the evaluation, design and installation of protective glazing products. The D-B Contractor shall demonstrate a track record of providing such services and products installation for large buildings. These facilities may include federal buildings, office buildings, federal courthouse, etc. A qualified blast consultant shall lead and perform all window vulnerability assessments. For this work, the Contractor shall have demonstrated experience in performing work of a similar nature and scope within the past 18 months. The Contractor shall be, or shall utilize personnel who are, familiar with the ISC blast requirements. These personnel shall have formal training in structural dynamics, the effects of blast on structural systems and engineering analysis. The Contractor shall be familiar with and be capable of using GSA’s computer program WINGARD Version 4.1 or later. The construction budget (ECCA) for the project is between $2,500,000 and $3,500,000 This is not a request for proposal. Firms interested in proposing should submit a one-page letter of intent to propose for this project. The letter of intent may be faxed to Greg McSweeney at (415) 522-3316, or e-mailed to greg.mcsweeney@gsa.gov. Firms expressing intent will receive the Request for Proposal, including the technical factors as well as the plans and specifications in late January 2009. The selection process will be based on the procedures in FAR Part 15.3. The RFP will include a request for both Price and Technical Proposals that include the specialized experience and technical capability of the Prime Contractor, and the Past Performance of the firm. The “lowest priced technically acceptable” concept will be employed. The offerors will submit both technical and price proposals. The technical proposals will be reviewed to ensure that the offeror meets the minimum experience, technical and past performance criteria. Upon completion of the technical review, the price proposals of those technically acceptable firms will be reviewed. The lowest priced technically acceptable offer will be accepted It is anticipated that award of the contract will be in March 2009. Contact person for this solicitation is the Contracting Office Greg McSweeney, located at the General Services Administration Regional Office, 450 Golden Gate Ave, 3rd Floor West, San Francisco, CA 94102, Telephone (415) 522-3121, e-mail greg.mcsweeney@gsa.gov, fax (415) 522 3114. 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 (if a large business) 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 37% for Small Businesses, 6% for Small Disadvantaged Businesses, 5% for Small Women-owned Businesses, 3% for HUB Zone Businesses, 9% for Section 8(a) Businesses and 3% for Service Disabled Veteran-owned Businesses. In support of the agency’s efforts, 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 to be submitted upon request by the Contracting Officer. Firms must provide a brief written narrative of outreach efforts made to utilize Small, Small Disadvantaged, Women owned, and Veteran owned businesses. An agreeable subcontracting plan must be agreed to prior to award.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bff55fa5b1ca3dbc68c79669bf7ba2c1&tab=core&_cview=1)
 
Place of Performance
Address: Prince Jonah Kuhio Kalanianaole (PJKK) Couthouse, 300 Ala Moana Blvd., Honolulu, Hawaii, 96850, United States
Zip Code: 96850
 
Record
SN01723389-W 20081225/081223215303-bff55fa5b1ca3dbc68c79669bf7ba2c1 (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.