BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in San Francisco, California. Contact the soliciting agency for additional information.

PROCUREMENT DESCRIPTION Through its Design Excellence Program, the U.S. General Services Administration (GSA) commissions our nation's most talented creative professionals to design outstanding federal workplaces. These projects embody an exemplary integrated process whose results deliver enduring value to taxpayers. GSA defines quality as the thoughtful expression of artistry, local culture, and democratic values like civic participation, accessibility, and transparency, achieved in balance with affordability, constructability, reliability, and industry-leading sustainable performance. Design Excellence is the means by which GSA realizes the Guiding Principles for Federal Architecture, which President Kennedy authorized in 1962, and it is one of the agency's primary vehicles for catalyzing positive, inclusive change in local communities. Continuing this legacy of world-class public architecture, GSA announces an opportunity for Design Excellence for projects in occupied Federally owned or leased Office Buildings, Courthouses, and Land Ports of Entry (LPOE's) throughout Region 9. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, constructability, and reliability; and create environmentally responsible and superior workplaces for civilian and federal employees. This is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) for Architect Engineer (AE) Services covering projects located in the following four (4) geographic zones of Region 9: Zone 1 - States of Arizona and Nevada Zone 2 - Northern California (California Counties of Del Norte, Siskiyou, Modoc, Humboldt, Trinity, Shasta, Lassen, Mendocino, Tehama, Plumas, Glenn, Butte, Sierra, Lake, Colusa, Yuba, Nevada, Placer, Sonoma, Napa, Yolo, Sutter, El Dorado, Marin, Solano, Sacramento, Amador, Alpine,San Francisco, Contra Costa, San Joaquin, Calaveras, Toulumne, Mono, Inyo, San Mateo, Alameda, Stanislaus, Mariposa, Santa Cruz, Santa Clara, Merced, Madera, San Benito, Fresno, Monterey, Kings, Tulare) Zone 3 - Southern California (California Counties of San Diego, Imperial, Orange, Riverside, Santa Barbara, Ventura, Los Angeles, San Bernardino, San Luis Obispo, Kern) Zone 4 - State of Hawaii and Pacific Territories Multiple awards may be made as a result of this announcement, and the Government anticipates making between three (3) to six (6) awards per geographic zone. However, the ultimate number of contracts per zone will be determined by GSA after the assessment of qualified contractors during the solicitation stage to ensure coverage in all zones. This procurement is a 100% Total Small Business Set Aside. Prime AE Firms must be a small business in order to be considered. Consultants to the Prime AE Firms are not required to be small businesses. The NAICS code is 541310 - Architectural Services; the Small Business Size Standard is $12.5 million (average annual receipts). Prime AE Firms who are interested in performing work in multiple zones must submit a separate Technical Qualification Package for each zone. The Prime AE Firms must have an active main office and/or branch office located within the applicable geographical zone as of the date proposals are due in order to be considered; if an award is issued, the zonal office must remain open and active for the duration of the contract period. Consultants to the Prime AE Firm are not required to have an active office in the geographical zone the Prime AE Firm will be performing in. An active main office and/or branch office is defined as a non-temporary office from which business is regularly conducted by the Prime AE Firm. Prime AE Firms will be required to certify they meet the specified local office/ geographic limitations in your submission. At the time of Technical Qualification Package submission, interested Prime AE Firms must have an active registration in the System for Award Management (SAM). Active registration must also be complete as applicable if the Prime AE Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity. Prime AE Firms will be required to provide a copy of your active SAM Record as well as any executed agreements if applicable (such as an executed joint venture agreement) in your submission. The awarded contracts will be for a period of one (1) base year with four (4) consecutive one (1) year option periods. The minimum guarantee will be $1,000 for the base year period only. The total aggregate Maximum Order Limitation (MOL) per awarded contract, covering the base year period and four (4) consecutive one (1) year option periods, shall not exceed $25 Million. Task Orders issued under the awarded contracts may range in value from $10,000.00 to $4,000,000.00, however there will be no single task order minimum or maximum limit specified. Prime AE Firms will be required to comply with Brooks Act Procedures and applicable 6% Statutory Limitation. This procurement will be conducted in accordance with Brooks Act Public Law 92-582, and as implemented in Federal Acquisition Regulation (FAR) Part 36.6, General Services Administration Acquisition Manual/ Regulation (GSAM/ GSAR) Part 536.6. Under this process the Government will award to the most highly qualified Prime AE Firms with whom it can negotiate a fair and reasonable price. This is a request for technical qualifications only; this is not a request for proposal. An AE Evaluation Board comprised of GSA personnel will evaluate the Technical Qualification Packages. GENERAL DESCRIPTION OF CONTRACT SERVICES Prime AE Firms, and consultants as applicable, are required to be licensed/ registered within the applicable state(s) for each geographic zone they are interested in and must conform to all laws, rules, and requirements of that state governing the profession of architecture or engineering. The services required under this contract may include, but are not limited to, the following: 1. Comprehensive design services including the preparation of construction documents for repair and alteration, and tenant improvement projects. Typical projects may include repair, improvement and/or remodeling of building interior space, and building systems and features, including but not limited to: interior and exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, blast, anti-ram, and ballistic protection, elevators, environmental, and roofing components/systems. Project locations/ spaces may include Courthouse and Federal facilities, Historic Buildings, Border Stations, Child Care facilities, Lease locations, Renovation and/or alteration of Fire Protection Systems, Administrative facilities, Warehouses, Road and Parking lots, Walkways, Plazas, and other existing systems and facilities. 2. Comprehensive design services including the preparation of construction documents for new construction of Courthouses and Federal facilities. 3. Preparation of designs, plans, specifications, estimates, record drawings, space planning, technical studies and reports, surveys and construction inspection services for projects. Projects may involve work in specialty areas such as alterations in historic buildings or asbestos abatement work. 4. Professional disciplines required may include architectural designer, landscape designer, mechanical engineer, structural engineer, HVAC engineer, electrical engineer, civil engineer, historic preservation architect, acoustical engineer, blast consultant, interior designer, cost estimator, CAD operator, building information management, fire safety, security systems consultant, asbestos, acoustical, seismic, environmental engineering, energy consultant, telecommunication, building forensics, waterproofing, and geotechnical engineering. These professional disciplines may also assist GSA staff engaged in scope development, shop drawing review, master planning, feasibility studies, programming, interior design, change management, design review, construction administration and inspection, elevator evaluation/design, signage design, and various technical studies including building engineering reports, workplace engagement studies, program of requirements, post occupancy analysis, , historic structure reports, determinations of eligibility, National Register of Historic Places nominations, historic building preservation plans, seismic and structural evaluations, energy studies for design of energy upgrades, roof evaluations, fire safety review/studies, and handicapped accessibility (ABAAS) reviews. 5. Comprehensive project planning services for large new construction and major renovation projects, including surveys of existing conditions and field investigations, site selection and evaluation, planning and program studies, feasibility studies, cost estimates, inventory of existing furniture, fixtures, and equipment, and other services. The budget assessments may include cost analysis as well as cost estimating. 6. Design services may include green/sustainable design with a goal of LEED Certification and SITES Certification for select projects. Other sustainable design requirements may apply, such as the use of recycled and environmentally responsible materials, achievement of energy and water efficiency goals, design for indoor environmental quality, sustainable site design, and sustainable urban design. 7. Other professional services of an architectural or engineering nature, or incidental services, that members of the AE professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program/project management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, architectural photography, preparation of operating and maintenance manuals, and other related services. 8. Environmental surveys, reports, studies, and designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. 9. Spatial Data Management (SDM) Program for creating, updating and maintaining spatial data and associated Computer Aided Drawings (CAD) to accurately reflect the federal and leased inventory. Prime AE Firms must have the ability to provide comprehensive design and post construction contract services, which may include RFI and submittal reviews. Prime AE Firms must be able to perform drafting of above work in a computer system compatible with the latest version of AutoCAD and Building Information Modelling software and provide construction specifications using the latest version of MasterFormat. The Prime AE Firm must also be able to provide design in both English and metric, as applicable. Each contract awardee must have the capability to concurrently perform design and engineering work for at least five (5) GSA projects. In performance of the contract, the selected Prime AE Firm may be required to include on its team the following design disciplines and specialty consultants: architect, electrical engineer, mechanical engineer, plumbing, structural engineer, civil engineer, cost estimating, fire protection engineer, interior designer, historic preservation architect, landscape architect, vertical transportation/ elevator consultant, blast consultant, materials conservation, sustainability, and hazardous materials. SELECTION PROCESS The selection of between three (3) to six (6) (or more) single award AE IDIQ contracts per geographic zone will be made using a two-stage process as follows: Stage I - The technical qualifications and experience of proposed Prime AE Firms will be evaluated from the initial Technical Qualification Package, including review of their complete team of engineers and consultants. A short-list will be established of the Prime AE Firms determined to be the most highly technically qualified. The short-listed Prime AE Firms will be invited to continue with Stage II of the selection process. Stage II - Interviews will be conducted with the short-listed Prime AE Firms. The short-listed Prime AE Firms will be ranked, and the top-ranked firms will be selected to receive the solicitation and conduct negotiations. STAGE 1 SUBMISSION REQUIREMENTS Prime AE Firms that fully meet the requirements described in this notice are invited to submit a Technical Qualification Package to include the following, in the order listed: Cover Letter referencing the SAM.gov announcement number and briefly describing the firm and its location, the geographic zone they wish to be considered for, organizational makeup, noteworthy accomplishments, and the proposed working and legal relationship between its components if the Prime AE Firm is a Partnership, Corporation, Association, Joint Venture, or other legal entity. Acknowledgement of all Amendments posted prior to the closing date. Active SAM Record. Executed Agreement(s), if applicable. Standard Form (SF) 330 Architect Engineer Qualifications Part I & II Responses to the submission requirements and evaluation criteria listed below. Prime AE Firms shall submit separate complete Technical Qualification Packages for each geographic zone the firm is interested in being considered for. Only electronic submissions in PDF format will be accepted; no hard copies will be accepted or reviewed. PDF submissions shall be concise and organized, in 8 1/2" x 11" format, and the assembled content shall not exceed seventy-five (75) pages. All assembled pages in the PDF submissions shall be continuously numbered, meaning the cover letter, table of contents, cover pages, etc. are to be included in the continuously numbered pages; there are no exclusions allowed in the specified page limitation. Ensure the submission clearly identifies the information being submitted for each evaluation factor, either by using cover pages for each evaluation factor content or by annotating at the top of each page which evaluation factor(s) the information applies to. SF 330 Instructions: Prime AE firms are to complete and submit a current SF 330 Part I & II. All sections of the SF330 must be filled out in their entirety and must address all elements identified under the Stage 1 Evaluation Criteria. Interested firms with more than one (1) office must indicate on their SF 330 the staffing composition of the office in which the work will be performed under the specified geographic zone. Include a completed Part II only for each proposed Consultant/ Subcontractor listed in Part I - Section C. In addition to the standard instructions provided on the SF 330, the following are supplemental instructions for SF 330 Part I Sections under this announcement: Section C: The Prime AE Firm should prioritize team members and only provide those that are essential to creating the most well-rounded team. Section E: The Prime AE Firm should prioritize and provide those that best represent the firm's ability to accomplish the requirements of this contract. CEOs and other executive personnel should not be submitted unless they will have direct responsibility for accomplishing the task orders under this contract. It is required that the Lead Architectural Designer and the Primary Point of Contact that would be responsible for managing this contract and assigning task orders be included. It is recommended that the Key Personnel directly responsible for work submitted in Section F should also be included. Section F: All projects provided should be designed and completed within the last ten (10) years; "designed and completed" means the design work and associated construction work for a submitted project are both to have been completed in the last ten (10) years. The Prime AE Firm may submit the same projects for multiple Evaluation Factors if they address the specified information required for each. Ensure each project specifically notes which Factor it is being submitted for. Ensure that an accessible owner point of contact including name, title, address, current email address and current phone number is provided. Section G: Indicate Key Personnel and Consultant/ Subcontractors who participated in the example projects under Section F. Section H: Certification is required by the Prime AE Firm that they have an active main office and/or branch office located within the applicable geographic area they wish to be considered; the last entry under this section must read "I hereby certify that the Prime AE Firm listed in Section C meet(s) the geographic limitations stated in the synopsis for this contract". STAGE 1 EVALUATION CRITERIA The Evaluation Criteria and associated relative "weight" for each criteria element is as follows: 1. Specialized Experience (35%) 2. Professional Qualifications and Experience of Key Personnel (25%) 3. Past Performance (20%) 4. Project Management and Quality Control Plan (10%) 5. Geographic Location (5%) 6. Small Business Socio-Economic Categories (5%) The Evaluation Criteria and submission requirements for each are further described below: 1. Evaluation Factor No. 1: Specialized Experience (35%) This factor considers the Prime AE Firm's specialized experience for projects that meet the submittal requirements project definition for this factor. The Prime AE Firm shall provide their most relevant experience in response to GSA's "Requirements under the Contract" description and demonstrate success in appropriately addressing complex design, research, innovation, and strategy issues such as unique requirements, significance of community or cultural context on building or interior design, image, function, scale, scope, complexity, and experience or perception of users. The Prime AE Firm shall demonstrate innovation in design, research, construction and project management approaches using integrated multidisciplinary teams on a range of projects including but not limited to innovative building design solutions, strategic endeavors, and efforts to achieve sustainable solutions. The Prime AE Firm shall also demonstrate experience providing services ranging from pre-design studies through construction administration; highlight areas of concentration or competence and range of expertise in diverse areas such as Workplace Strategy, Change Management and/or Historic Preservation; highlight achievements in resolution of technical issues such as ABAAS improvements, security design and energy projects. The standard for this factor is met when: The Prime AE Firm demonstrates success in addressing complex design and/or challenges through evidence of experience addressing the elements above. Additional consideration under this factor: More weight may be given for firms who submit projects reflecting any of the following- (1) Experience with projects owned by public agencies, including but not limited to federal, state, and municipal agencies. (2) Awards or other forms of public recognition from nationally recognized organizations demonstrating excellence in design. Submittal Requirements for Factor 1: The Prime AE Firm must submit three (3) projects total for this factor, no more and no less. For each project, submit a maximum three (3) page narrative, including any photographs and drawings, that illustrate specialized experience of projects where the construction was completed within the last ten (10) years, and each having a construction value of $1 million or more. Projects submitted may be for both renovations and new construction. 2. Evaluation Factor No. 2: Professional Qualifications and Experience of Key Personnel (25%) This factor considers the Prime AE Firm's professional qualifications, experience of Key Personnel, and design philosophy. The Prime AE Firm shall demonstrate professional qualifications and experience of the proposed key personnel assigned to this project necessary for satisfactory performance of the required services. Qualifications and experience of the Prime AE firm's key personnel will be reviewed first; then the overall proposed team qualifications and experience will be reviewed to ensure they will provide necessary support to the Prime AE firm to perform the required services. The Prime AE Firm shall also address the Principal or Lead Designer's philosophy to include past work that exhibits a balance of design quality with other factors that affect public architecture including security, review processes, and budget and schedule. The standard for this factor is met when: The Prime AE Firm submits all required information demonstrating the qualifications, experience, and design philosophy as described. Additional consideration under this factor: More weight may be given for firms who submit information addressing any of the following - (1) The degree to which any of the Key Personnel's qualifications are superior (2) History of leadership in volunteer organizations related to the field of architecture, engineering, and construction. (3) Awards or other forms of public recognition from nationally recognized organizations demonstrating excellence in design. (4) A design philosophy that provides evidence of flexibility, innovation, balance, and awareness of design excellence in public architecture. Submittal Requirements for Factor 2: The Prime AE Firm shall provide a narrative description, not to exceed two (2) pages, summarizing the Principal or Lead Designer's philosophy and approach to project solutions and providing examples. Information provided may include appropriate graphic material. The Prime AE Firm must submit resumes of proposed team members, not to exceed two (2) pages each, for personnel in the following disciplines: (1) Prime Architect (One individual can fulfill more than one role) Principal (Architect of Record) Lead Designer Project Manager (Individual responsible for task orders) (2) Consultants of Record Civil Engineer Structural Engineer Mechanical engineer Electrical Engineer Plumbing Engineer Fire Protection Engineer Historic Preservation Architect Interior Designer Landscape Architect Resumes must indicate professional qualification of team members, including education, professional certification and licensure, relevant experience, any specialized expertise, and the length of service with the firm. Include and clearly identify resumes for individuals who will serve as Principal/Architect of Record, Lead Designer, and Project Manager(s), as well as the lead designers in each discipline (whether they are a part of the Prime AE Firm or a sub-consultant). Resumes submitted must demonstrate familiarity with new construction and/or renovation projects in occupied buildings where the construction was completed within the last ten (10) years, and each having a construction value of $1 million or more. 3. Evaluation Factor No. 3: Past Performance (20%) This factor considers the Prime AE Firm past performance on a range of projects of varying scopes, scales, and complexities. The Prime AE Firm's role on each project submitted must be identified, including demonstrated success at collaborative relationships with consultants if applicable. In evaluating past performance for projects that meet the submittal requirements project definition for this factor, the Government may review the Contractor Performance Assessment Reporting System (CPARS) database and/or Past Performance Questionnaires (PPQ) submitted by the Prime AE Firm. Points of contact provided for projects submitted under this factor and other factors may be contacted, and the Government may also review any other source of past performance information at its discretion. Evaluation of past performance is a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. In the case of an Offeror without a record of past performance, or for whom information on past performance is not available, that Offeror will be given neither a favorable nor an unfavorable evaluation regarding past performance. The standard for this factor is met when: The Prime AE Firm's overall past performance record demonstrates satisfactory performance on three (3) projects that meet the submittal requirements project definition for this factor. Submittal Requirements for Factor 3: The Prime AE Firm must submit three (3) projects total for this factor, no more and no less. For each project, submit a maximum three (3) page narrative, including any photographs and drawings, where the construction was completed within the last ten (10) years, and each having a construction value of $1 million or more. Include tangible evidence such as certificates, awards, peer recognition, etc., demonstrating design performance. Projects submitted may be for both renovations and new construction. Each project specified is to clearly identify the Project Name, Design Contract Number (if applicable), Location of Work, Design Contract value, construction value, and accurate client reference information including name, title, address, email, and phone number. Points of contact provided for projects submitted under other evaluation criteria may be contacted. Additionally, the Prime AE Firm MUST submit a PPQ OR copy of the completed CPARS evaluation for each of the three (3) projects submitted under this Factor. The PPQ or CPARS evaluation pages are in addition to the three (3) page maximum narrative specified for each project. 4. Evaluation Factor 4: Project Management and Quality Control Plan (10%) This factor evaluates the Prime AE Firm's Project Management and Quality Control Plan, which provides a plan specific to this IDIQ contract. At a minimum, the submitted plan must clearly identify key roles and lines of communication, and must explain steps to ensure cost and schedule control, quality control, project team capacity, and requirements for all review stages and submittals. The Project Management and Quality Control Plan must also demonstrate the capacity of the Prime AE Firm to accomplish multiple, large and small projects simultaneously, and the ability to sustain the loss of key personnel while accomplishing the work within the required time limits. Under the anticipated IDIQ contract, each contract awardee must have the capability to concurrently perform design and engineering work for at least five (5) GSA projects/ task orders. The standard for this factor is met when: The Prime AE Firm demonstrates the following - The methods to deliver quality design or deliverable while maintaining cost and schedule controls. The capability to respond to the Government's needs in a timely manner. The capability to perform and balance multiple task orders concurrently and to balance competing needs of multiple customers. Their ability, methods, and processes to adequately staff project teams. Submittal Requirements for Factor 4: The Prime AE Firm shall submit a Project Management and Quality Control Plan, six (6) pages maximum, that demonstrates the firm's approach for delivering individual projects and addresses how the plan will be catered to the anticipated IDIQ contract, as described above. 5. Evaluation Factor 5: Geographic Location (5%) This factor evaluates the Prime AE Firm's knowledge of local conditions within the geographical zone(s) in which they wish to be considered for contract award including design and project strategies used for solutions to design issues specific to local, environmental, and geographic areas within a zone. This must include project delivery processes, construction methodologies, and related involvement or to the consultants. This factor also considers the Prime AE Firm's familiarity of the applicable geographic area's architectural standards and codes, building codes, environmental regulations, soil conditions, seismic requirements, and agency regulations. The standard for this factor is met when: The Prime AE Firm clearly demonstrates knowledge of local conditions and familiarity with applicable geographic areas standards and codes, as described above. Submittal Requirements for Factor 5: The Prime AE Firm must submit three (3) projects total for this factor, no more and no less, and must provide a maximum of three (3) page narrative for each project, including any photographs and drawings as applicable, for a total of three (3) projects where the construction was completed within the last ten (10) years, and each having a construction value of $1 million or more, describing the Prime AE Firm's knowledge of locality criteria described above. Projects submitted may be for both renovations and new construction. 6. Evaluation Factor No. 6: Small Business Socio Economic Categories: HUBZone, SDVOSB, WOSB (5%) This factor considers the Prime AE Firms status as a small business concern in the following socio-economic categories: Historically Underutilized Business Zone (HUBZone) Small Business concern; Service-Disabled Veteran Owned Small Business (SDVOSB) concern; Women-owned Small Business (WOSB) concern. Including this factor in the evaluation of the Prime AE Firm will result in a higher evaluation rating being given to firms who fall within one of the specified socio-economic categories. The standard for this factor is met when: The Prime AE Firm provides confirmation of their small business socio-economic status within one or more of the specified categories, if applicable. Submittal Requirements for Factor 6: The Prime AE Firm must submit proof of current SBA certification within the socio-economic category specified. STAGE II PROCESS SUMMARY The names of the short-listed Prime AE Firms who will be invited to participate in Stage II of the selection process will be published on SAM.gov. This publication will be the only notice for Prime AE Firms who submit Stage I Technical Qualification Packages and are not short-listed will receive. Short-listed Prime AE Firms will be provided more detailed information on the Stage II process. Prime AE Firms slated for interviews will be asked to present information on the evaluation factors. The primary presenter must be the proposed Project Manager/ Lead Project Architect, with assistance from up to two (2) additional team members as necessary. Interviews will be conducted via Google Meet. Following the technical review and interview process the final selected Prime AE Firms will be requested to provide pricing to include overhead rates, profit rates and hourly rates for the anticipated disciplines for use in negotiating fixed price task orders. NOTICE TO PRIME AE FIRMS Prime AE Firms submitting qualification packages under this notice must be a small business firm with a main office and/or branch office in each of the geographic zone(s) they are interested in being considered for. Additionally, failure to address each of the evaluation factors and provide the requested information may result in failure to qualify. It is the Prime AE Firms responsibility to monitor SAM.gov for any changes to this announcement. Questions: The deadline for submitting questions is October 4, 2024, 4:00 PM PT. Questions must be submitted in writing via email to Heather Caney, Contracting Officer at heather.caney@gsa.gov. Questions received after the date specified will not be accepted or responded to. An Amendment will be issued to provide responses to all questions received by the deadline. Closing Date and Time: Prime AE Firms which possess the qualifications to perform the services described in this notice are invited to submit their complete Technical Qualification Package no later than November 1, 2024, 4PM PT. The email submission must clearly identify the Synopsis/Solicitation Number and the applicable geographic zone for which the Prime AE Firm is to be considered. For Prime AE Firms submitting for multiple zones, send a separate email for each zone. All submissions shall be sent via email to Heather Caney, Contracting Officer at heather.caney@gsa.gov. Only electronic PDF submissions will be considered. No late submissions will be accepted. It is the Prime AE Firm's responsibility to ensure Technical Qualification Packages are complete and submitted early enough to be received by the Contracting Officer before the deadline, and to confirm receipt before the deadline. Technical Qualification Packages which are received by the Contracting Officer later than the time noted will be rejected and will not be considered. The maximum file size for email submissions is 25 MB. GSA has occasionally experienced delays in delivery of emails from the GSA server to an email account. Therefore, Prime AE Firms need to plan accordingly. List of Attachments: The following are a list of attachments provided with this Notice: 1. PPQ (word) 2. SF330 Part 1 & 2 with Form Instructions (pdf) 3. SF330 - Part 1 (pdf) 4. SF330 - Part 2 (pdf) 5. SF330 - Extra Section C (pdf) 6. SF330 - Extra Section E (pdf) 7. SF330 - Extra Section G (pdf) 8. SF330 - Extra Section H (pdf) The Method of Contractor Selection has not been determined at this Time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Conceptual

Military

$4,000,000.00

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

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
353
Active Projects
171
Bidding Soon
3,213
All Active Projects
1,322
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.

Find better projects. Build better bids. Win.

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.

May 1, 2025

img_map_placeholder

Multiple Locations, San Francisco, CA

Related To This Project


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.