Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2013 FBO #4366
SOURCES SOUGHT

C -- Architect Engineering Design services for the Security Enhancement at the Ron De Lugo Federal Building and U.S. Courthouse, Charlotte Amalie St. Thomas, U.S. Virgin Island

Notice Date
11/5/2013
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition management Division Operations Branch C, 26 Federal Plaza, New York, New York, 10278, United States
 
ZIP Code
10278
 
Solicitation Number
GS-02P-14-DT-C-0002
 
Point of Contact
Patricia A. Wright, Phone: 212 264-4276
 
E-Mail Address
patricia.wright@gsa.gov
(patricia.wright@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of technically capable and otherwise responsible small business firms that would be interested in submitting offers for this anticipated procurement. Additional information regarding small business programs can be found at: http://www.sba.gov. NOTE: Telephone and/or written requests for a solicitation will not receive a response. The General Services Administration ("GSA") Northeast and Caribbean Region 2 is seeking sources for Architect-Engineering ("AE") design services for a Security Enhancement project at the Ron De Lugo Federal Building and U. S. Courthouse located at 5500 Veterans Drive Charlotte Amalie, St. Thomas, United States Virgin Islands. Anticipated Procurement Requirements-The requirements for this sources sought include Architect-Engineering Design services for the Security Enhancement project at the Ron De Lugo Federal Building and U. S. Courthouse located at 5500 Veterans Drive Charlotte Amalie, St. Thomas, United States Virgin Islands which involves design of the judges parking garage, U. S. Marshal's vehicle sally port, new elevators, and renovation and reconfiguration of the building's layout in order to separate judges' and U.S Marshal's prisoner circulation from the public's circulation. This anticipated procurement will improve site security and incorporate redesign of some electrical and/or mechanical equipment for better efficiency. The design for this procurement will require the incorporation of Leadership in Energy and Environmental Design (LEED) conservation measures. It is estimated that the procurement's anticipated Design Phase will begin in July 2014. The current estimated construction cost for this anticipated procurement ranges from $10,000,000 to $20,000,000. The estimated duration of the Architect Engineering design services for this anticipated procurement is 12 Months (365 days) after the issuance of the Notice to Proceed (NTP). The North American Industry Classification System (NAICS) code for this anticipated procurement is 541310 and the Small Business Administration (SBA) size standard is $7.0 million dollars in average annual receipts over a concern's latest three completed fiscal years. The Ron De Lugo Federal Building and U. S. Courthouse is a three story building constructed in 1975, is approximately 93,000 gross square feet and occupies a prominent harbor site in Charlotte Amalie, St. Thomas, U.S. Virgin Islands. The building is occupied by the United States Virgin Islands District Courts and other government agencies. The scope of work includes, but is not limited to the following: • Providing three concepts to meet the above anticipated procurement requirements. • Re-design of the space layout in accordance with the approved design concept. • Coordination with ongoing separate ESPC (Energy Saving Performance Contract) project. • Design to meet all local codes, U.S. Courts, U. S. Marshals, GSA and security requirements and codes. • Phase anticipated procurement construction, utilizing small swing space area in the Ron De Lugo Federal Building and U. S. Courthouse. • Provide construction cost estimates and updated schedules for each phase of the design. • Provide complete construction document submissions including specifications and drawings. The Government anticipates the release of a Request for Proposal ("RFP") for the technical portion of this procurement on or about January 2014. The RFP will be issued via the Federal Business Opportunities website at: http://www.fedbizopps.gov. Interested parties are STRONGLY encouraged to register on this website to receive notification of actions associated with this procurement. Solicitation number, provisions, required proposal forms, clauses and instructions to prospective offerors will be included with the procurement documents and posted on the Federal Business Opportunities website. Should this sources sought notice result in the acquisition of the anticipated procurement requirements, all firms requesting copies of the solicitation must be registered in the System for Award Management (SAM) before they can be considered for award of the contract resulting from the solicitation. Information concerning SAM requirements may be viewed at http://www.sam.gov or by calling (866) 606-8220. The Government anticipates that if a solicitation and subsequent award results from this sources sought notice, a firm-fixed price contract will be made at the conclusion of the acquisition process to the A/E firm whose proposal indicates that it is the most highly qualified firm. Should a contract result from this sources sought notice, the services will be procured under Federal Acquisition Regulations (FAR) Part 36, "Construction and Architect-Engineer Contracts," subpart 36.6, "Architect-Engineer Services" and in accordance with GSA Design Excellence policies and procedures. If you are an interested Architectural-Engineering firm or joint-venture, please provide a written Letter of Interest including responses to the following questions: 1. Is your firm a small business? If so, do you meet the small business size standard (average annual revenue/receipts $7,000,000 over the last three years) for this proposed procurement? If not, indicate that you are a large business firm, skip question number 2 and provide responses to question numbers 3, 4 and 5. 2. Is your firm an 8(a) small business concern, HUBZone small business (HUBZone), small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business, (SDVOSB), small disadvantaged business (SDB) or woman-owned small business (WOSB) concern? (Please indicate the applicable size representation for your firm. For additional information on small business size standards and small business programs, please visit http://www.sba.gov). 3. In the past six years, has your firm completed a minimum of three projects over $7,500,000 with design services for building renovation, alterations and/or additions? If yes, please provide a brief description of that experience, including a point of contact with telephone number. 4. Thinking of your response to question 3 above, did one of the three projects incorporate LEED conservation measures registered with the United States Green Building Council (USGBC) as having obtained or scheduled to obtain certification? 5. Thinking of your response to question 3 above, was one of the three projects an institutional project performed in the Caribbean (i.e., office building, high school, etc.)? NOTE: A completed project can be: (1) a task order performed against an Indefinite Delivery/Indefinite Quantity contract, (2) one single phase of a multi-phase contract or (3) a stand-alone contract. All information submitted is subject to verification. Additional information may be requested to substantiate responses. All firms submitting a written Letter of Interest MUST indicate whether they are a large business (LB), small business (SB), HUBZone small business (HUBZone), 8(a) small business, veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), small disadvantaged business (SDB) or woman-owned small business (WOSB) concern. NOTE: HUBZone and 8(a) firms should provide a copy of their certification received from the Small Business Administration. Service-disabled veteran-owned small business firms should provide a copy of their certification received from the Veterans Administration. Interested A/E firms should submit a written Letter of Interest, including responses to the questions contained within this sources sought notice to Patricia Wright, Contracting Officer, via fax to: (212)264-0588, email to: patricia.wright@gsa.gov or via U.S. Postal mail to: General Services Administration, PBS, Acquisition Management Division, Operations Branch C (2PQCA), 26 Federal Plaza, Room 1639, New York, NY 10278 by November 22, 2013. Any questions and/or comments regarding this sources sought notice can be addressed to Ms. Wright via email at patricia.wright@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2f4209240df7b7219f153ad9231b8da)
 
Place of Performance
Address: 5500 Veterans Drive Charlottee Amalie, St. Thomas, U.S. Virgin Islands, United States
 
Record
SN03228276-W 20131107/131106000548-c2f4209240df7b7219f153ad9231b8da (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.