Design-Build Services for the US Marshalls Services Detention Refresh Project at the Phillip J Burton Federal Building and U.S. Courthouse in San Francisco, California
The General Services Administration (GSA) announces a requirement for a Woman-Owned Small Business (WOSB) Design-Build (DB) Contractor to perform a renovation of the detention cells and elevators for ... The General Services Administration (GSA) announces a requirement for a Woman-Owned Small Business (WOSB) Design-Build (DB) Contractor to perform a renovation of the detention cells and elevators for the United States Marshall Service (USMS) at the Philip J Burton Federal Building located on 450 Golden Gate Avenue in San Francisco, California. This solicitation is being posted pending approval of funds. This solicitation is being set-aside for WOSBs. 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. Project Summary: The General Services Administration (GSA) announces a requirement for a WOSB Design-Build contractor to provide all labor, materials, equipment, and testing required to accomplish the USMS Detention Refresh project at the Phillip J. Burton Federal Building and U.S. Courthouse in San Francisco, California. The USMS office and detention facilities are located on the 20th floor of the building. The scope for this project includes work to be priced separately as Base and Options 1, 2, and 3. The Design-Build Contractor shall provide professional Architectural & Engineering (A/E) services and Construction services to bring the Marshalls Service into USMS Publication 64 compliance through completing the following items at Phillip Burton Federal Building, 450 Golden Gate Avenue, San Francisco, CA, U.S. Marshals Service: Base 20th Floor: 1. Provide floor drains in the processing room and outside the holding cells. 2. Provide vision scopes at two (3) holding cell sallyport doors. 3. Replace holding cell front panels and modesty panels with stainless steel sliding gates and swing type gate as indicated on plans. 4. Replace all sprinkler heads in cell block area with detention grade. 5. Replace all caulking with detention grade caulking. 6. Provide turnkey electrified detention hardware with door controls and door position indicators, to include new door frames and doors. 7. Provide upgrades to processing room to comply with USMS Publication 64. 8. Replace porcelain fixtures with stainless steel detention type fixtures. 9. Provide door controls and door position indicators at interview rooms (prisoner side), to include new door frames, doors, and hardware. 10. Replace interview room prisoner side stools with stainless steel type with shackle bars. 11. Reconfigure hallway circulation and squad room galley to allow separation of access to key areas. 12. Provide restroom at USMS squad room. 13. Replace ceiling and lighting in detention areas with acoustical detention ceiling and detention grade lighting. 14. Replace all outlets in detention area with detention grade type. 17th and 19th Floors: 1. Porcelain plumbing fixtures will be replaced with stainless steel fixtures. Option 1 Provide four (4) detention elevator controls upgrades with remote override. Work to be phased to allow three (3) elevators to remain in service at all times. Option 2 Provide resinous flooring at locations shown on the drawings. Include demolition of existing tile floor and mortar bed and preparation of slab per Specification Section 096723, 3.2, A. Option 3 Provide resinous flooring at locations shown on the drawings. Existing tile floor to remain in place with surface preparation of tile per 096723, 3.2, B. The estimated price range for the project is between $5,000,000.00 and $10,000,000.00. The award of a firm-fixed price contract is anticipated to be made October 2019. The award is subject to the availability of funds. Procurement Details: This procurement is a Woman-Owned Small Business Set-Aside. GSA intends to award a firm-fixed price contract to a small business design-build contractor utilizing the best-value trade-off process in a competitive procurement. This One stage procurement process for the construction contract will be based upon evaluation criteria developed pursuant to the Federal Acquisition Regulation (FAR) Subpart 36.2 SPECIAL ASPECTS FOR CONSTRUCTION CONTRACTING and FAR subpart 15.3 SOURCE SELECTION. The Government invites all interested responsible WOSBs to submit a proposal. The solicitation shall be prepared in accordance with FAR Part 15 and include evaluation factors, developed in accordance with FAR 15.304. The solicitation will require submission of technical and price proposals, 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 Government will award a contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the Solicitation will be the best value to the Government, Total Evaluated Price and other factors considered. In addition to Total Evaluated Price, the following non-price factors shall be used to evaluate offers. They are listed in descending order of importance. 1. Experience on SIMILAR PROJECTS 2. Scheduling and Management Approach 3. Past Performance on SIMILAR PROJECTS Non-Price Factors, when combined, are approximately equal in importance to Total Evaluated Price. Although not mandatory, firms are encouraged to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications. PRE-PROPOSAL CONFERENCE There will be a pre-proposal conference scheduled for: 10:00am - 12pm Tuesday, June 18, 2019 Philip J. Burton Federal Building and Courthouse Arizona Room 450 Golden Gate Avenue, 2nd Floor San Francisco, California, 94102 Interested parties must notify the Contracting Officer for further information about attendance and to confirm location, time, and date. Only those parties who have notified the Contracting Officer and provided necessary information in advance of the meeting will be allowed to attend. To request a reasonable accommodation due to a disability, contact the Contracting Officer. The Pre-proposal conference and site walk are not mandatory. Please bring a valid Government Issued Identification card (i.e. valid Drivers License) as it is required to enter the Federal Building. SITE WALK The site walk will immediately follow the pre-proposal conference on Tuesday, June 18, 2019 PROPOSAL DUE DATE In order to be considered for award, offers conforming to the requirements of the solicitation must be received at the following office no later than 4pm Pacific Standard Time on the following date and at the following address: Date: Tuesday, July 16, 2019 Address: 50 United Nations Plaza, 3rd floor Room 3675, San Francisco, California 94102 Offers sent by commercial package delivery and hand delivery shall be deemed received as of the date and time of delivery to the office designated for receipt of offers. Offers sent by United States mail shall be deemed timely if delivered to the address of the government installation designated for receipt of offers on or before the date established for receipt of offers. 52.219-14 Limitations on Subcontracting. As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: LIMITATIONS ON SUBCONTRACTING (NOV 2011) (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) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »