BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

Renovation of a municipal facility in Oakland, California. Completed plans call for the renovation of a municipal facility.

The Federal Emergency Management Agency (FEMA) is considering the issuance of a firm fixed price purchase order to provide all resources necessary to install floor to ceiling glass wall and entryway for the 12th floor ORA conference room located at 1111 Broadway, Suite 1100, Oakland, California, 94607. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. FEMA is issuing a written solicitation in accordance with FAR Subparts 13.106-1 and Subpart 12.6. The associated North American Industrial Classification System (NAICS) code for this procurement is 236220 - Commercial and Institutional Building Construction. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for handyman services and the following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5623 (Rev.-17) This action is full and open for vendors residing in or primarily doing business in the state of California. The minimum insurance requirements are the limits carried by the Contractors or Subcontractors of all tiers or the minimum insurance requirements contained in the contract, whichever is greater. Contractor shall maintain the following insurance: (a ) Commercial General Liability Insurance as additional insureds, including, but not limited to, protection for Premises/Operations Liability, Contractual Liability, Contractor's Protective, and Products/Completed Operations Liability in the following minimum limits: Bodily Injury, Property Damage and Personal Injury Liability in the amount of $1,000,000 each occurrence/$2,000,000 aggregate with an additional $5,000,000 excess/umbrella policy. Policies shall also be on a primary and non-contributory basis, including waiver of subrogation in favor or owner and manager. Policies shall provide for a Per Project General Aggregate. Additional Insured must be on ISO CG2010 (11/85) version or equivalent. (b) Comprehensive Auto Liability Insurance including non-owned vehicles with a combined single limit of not less than $1,000,000 per accident with an additional $1,000,000excess/umbrella policy. Policies shall name owner and manager additional insured including waiver of subrogation. (c)Workers' Compensation insurance as required by law and Employers Liability Insurancewith limits of at least $1,000,000. Policy shall contain waiver of subrogation in favor ofowner and manager. (d)Property insurance for the full replacement value of all property used by Contractor atthe project and/or in the performance of the Services hereunder. All deductibles and self -insured retentions must be shown on the Certificate of Insurance. Carrier must be rated A- VIII or better in accordance with AM Best. ____________________________________________________________________________ Description of Requested Items/CLIN Structure Purpose The Department of Homeland Security, Federal Emergency Management Agency (FEMA) requires that the contractor shall provide all products and services for the requested floor coring during work hours Monday through Friday 8am to 4pm. Any work performed outside the regular business hours shall be approved by the CO and coordinated with the onsite point of contact. Site Visit The Government will allow Contractors to visit the facility at 1111 Broadway, Suite 1200, Oakland, CA 94607. In accordance with FAR 52.237-1 - Site Visit, potential offerors shall contact Project Officer, Robert Baggett: Robert.Baggett@fema.dhs.gov to schedule a time to conduct a walkthrough. A mask must be worn at all times. All visitors must show proof of full vaccination (via card or electronic means); or if non-vaccinated, must have proof of a negative COVID test within the most recent 72 hours. Quote Submission Instructions Responses to this Request for Quote shall be emailed to amek.ali@fema.dhs.gov no later than 8:00 am PST, on Friday, April 01, 2022. Questions regarding this solicitation shall be e-mailed to Ameka.Ali@fema.dhs.gov; which are due by 8:00 am PST, Wednesday, March 30, 2022, Questions received after this time may not be considered. Electronic submission of your quote is due no later than 8am PST, on Friday, April 01, 2022. This solicitation requires an active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. All quote submissions must include the following information on a quote submission cover letter. 1.Tax Identification Number 2.Dun & Bradstreet Number (DUNS) 3.Authorized Representative Contact Name 4.Contact Email Address 5.Contact Telephone and Fax Number 6.Complete business mailing address 7.Deliverables ____________________________________________________________________________ Evaluation Factors The vendor shall provide a response and pricing chart in accordance with all requirements of the statement of work, and the staff title along with the hourly rate in accordance with the wage rate determination form. Factor 1. Service Availability The contractor shall provide their earliest availability start date for completion of the requested services, and whether compliance with the 24-hour service request call response is possible Factor 2. Price The Contractor shall provide a pricing spreadsheet inclusive of labor hourly rates in accordance with the attached wage rate determination form, fees for supplies and materials, and/or any additional items as necessary. Factor 3. Past Performance The Contractor shall provide 3 references which demonstrates work similar in size, scope, and complexity to this requirement. ____________________________________________________________________________________ Additional Provisions and Clauses i.52.252-1 Solicitation Provisions Incorporated by Reference. ii.The provision at 52.212-1, Instructions to Offerors-Commercial, is incorporated byreference. iii.The provision at 52.212-2, Evaluation-Commercial Items, is applicable in that theGovernment will make awards resulting from this solicitation to the responsible offerorwhose offer conforming to the solicitation will be most advantageous to the Governmentbased on price only. iv.Offerors are to complete the provision at 52.212-3, Offeror Representations andCertifications-Commercial Items, with its offer. v.The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies tothis acquisition and is incorporated by full text. However, separate invoice instructionswith payment details will be provided at time of award of an IDIQ. See the attachedsolicitation vi.The clause at 52.212-5, Contract Terms and Conditions Required To ImplementStatutes or Executive Orders-Commercial Items, applies to this acquisition. Specificapplicable clauses will be identified with any resultant award. vii.The Buy American Act (FAR 52.225-1) has been waived for all items included in thissolicitation; however, Offerors shall disclose country of origin for reporting purposes. TheTrade Agreement Act still applies. a.The provision at 52.225-6, Trade Agreements Certificate, applies to this acquisition andis incorporated by full text. b.The clause at 52.225-13, Restrictions on Certain Foreign Purchases, applies to thisacquisition and is incorporated by reference. c.The provision at 52.228-18, Place of Manufacture, applies to this acquisition and isincorporated by full text. d.The provision, 52.225-20, Prohibition on Conducting Restricted Business Operations inSudan-Certification, applies to this acquisition and is incorporated by full text. e.The provision, 52.225-25, Prohibition on Contracting with Entities Engaging in CertainActivities or Transactions Relating to Iran-Representation and Certifications, applies tothis acquisition and is incorporated by reference. viii.HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates appliesto this acquisition and is incorporated by full text. ix.HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition ofCommercial Items applies to this acquisition and is incorporated by full text. May betailored with any resultant award. III.Other Terms and Conditions i.Government reserves the right to incorporate any additional applicable FAR and HSARclauses to any resultant award. ii.Government reserves the right to apply priorities and allocations on the individualawards as deemed necessary. Invoices: Invoices will be paid NET 15 days or sooner after receipt form the Contractor of a proper invoice. 6)Contractor shall disclose any filings for bankruptcy, fines levied by governmentalagencies, or legal proceeding against any participating organization, employees, corporateofficer, or entity that might have a material effect on the contractor ability to implementthe proposed project, as required by FAR 52.209-5 or 52.212-3, Certification RegardingResponsibility Matters The aforementioned language, and resulting information, will assist the CO to engage in the required analysis. Questions regarding this solicitation shall be e-mailed to Ameka.Ali@fema.dhs.gov; which are due by 8:00 am PST, Wednesday, March 30, 2022, Questions received after this time may not be considered.

Post-Bid

Municipal

$75,000.00

Public - Federal

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
347
Active Projects
171
Bidding Soon
3,337
All Active Projects
1,357
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

April 1, 2022

May 2, 2022

img_map_placeholder

1111 Broadway, Oakland, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.