Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2009 FBO #2728
SOURCES SOUGHT

Y -- RECOVERY Window Replacement Project at John F Kennedy Building, Boston MA

Notice Date
5/14/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
JFKWINCON
 
Archive Date
6/5/2009
 
Point of Contact
Kimberly Yates,, Phone: 6175656013, Deborah A. Fournier,, Phone: (617) 565-5970
 
E-Mail Address
kimberly.yates@gsa.gov, deborah.fournier@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - THIS IS A MARKET SURVEY AND NOT A REQUEST FOR PROPOSAL. Responses shall be used for planning purposes only and shall not commit the GSA to issue a solicitation for this requirement. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent firm fixed price contract from the solicitation will be awarded under the American Recovery and Reinvestment Act of 2009. A market survey is being conducted to determine if there are adequate Small Business, HUB Zone, 8(a), Woman-Owned, or Service Disabled Veteran Owned Business contractors for the project listed below. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group. All interested Small Businesses including, HUB Zone, 8(a), Service Disabled Veteran Owned Small Business, Women Owned Small Business contractors should respond to this office in writing by e-mail or mail on or before due date listed below. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this market research. Interested small businesses may submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. Ensure this relevant experience includes examples of all work described in the project above. (2) Company Profile to include: (1) Number of employees. (2 )Office location(s). (3) Available bonding capacity per contract. (4) DUNS number. (5) CAGE Code. (6) A statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. The General Services Administration, Region 1, is conducting a market survey and is seeking qualified sources to provide construction services to provide all supervision, labor, materials and equipment necessary for replacement of existing window systems at the John F Kennedy Federal Building in Boston, MA. The work includes, but is not limited to: a total window replacement and options to include insulation of the cavity walls around the windows and replace window glazing and frames (24 floors of the high rise and all floors of the low rise) and the curtain wall systems. New windows are to maintain existing architectural profiles and be sensitive to the Boston Historical Commission (BHC) requirements previously developed, discussed and approved by the BHC for this work. All window systems are to be thermal glazed with aluminum frames securely anchored to the building structure and able to withstand specified design and event loads. Work is to be conducted during nonbusiness hours. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. This office anticipates award of a contract for these services prior to 30 July 2009. Contract duration: 24 Months Estimated magnitude of construction: $25,000,000 TO $35,000,000 NAICS Code: The NAICS code is 236220 Commercial and Institutional Building Construction Small Business Size: 31 M RESPONSES ARE DUE NLT MAY 21, 2009, NLT 5:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package may be submitted to: kimberly.yates@gsa.gov or mailed to to: GSA Public Buildings Service, 10 Causeway Street Room 975, Boston MA, 02222, Attn: Kim Yates Questions or comments regarding this notice may be addressed to Kimberly Yates either by email at kimberly.yates@gsa.gov or phone #(617)-565-6013.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/spg/GSA/PBS/1PC/JFKWINCON/listing.html)
 
Place of Performance
Address: Boston MA, Boston, Massachusetts, United States
 
Record
SN01817269-W 20090516/090514220300-89329825f85fa87f9a156dbe22d948e8 (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.