SOURCES SOUGHT
Y -- Roybal FB-CT Tenant Improvement Design Build Project
- Notice Date
- 4/3/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), San Francisco Project Executive Branch (9PCE), 450 Golden Gate Avenue, 3rd Floor West, San Francisco, California, 94102
- ZIP Code
- 94102
- Solicitation Number
- ROYBALDB
- Point of Contact
- Krista M. Miller, Phone: 4155224157
- E-Mail Address
-
krista.miller@gsa.gov
(krista.miller@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE GENERAL CONTRACTOR, ROYBAL FEDERAL BUILDING LOS ANGELES, CA NAICS CODE 236220 THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. The award of this project is subject to the availability of funds. No funds are currently available for the construction of this project. The GSA is seeking qualified small business contractors with Design Build project delivery experience to design and construct a tenant improvement project at the Roybal Federal Building and Courthouse (Roybal FB-CT). The tenant improvements are necessary to relocate some court functions that are currently housed in the 312 North Spring Street Courthouse (312NSS) into the Roybal FB-CT. The project scope includes only the minimum tenant improvements (TI) in the Roybal FB-CT that are required for this consolidation. It includes limited shell or core work. These alterations of the Roybal FB-CT must be undertaken at this time to enable two concurrent projects. The reconfiguration of space is required to accommodate the consolidation to occur concurrently with the occupancy of the new Los Angeles Courthouse that is currently under construction. The completion of this Roybal DB project, and the completion and occupancy of the new LACT will both be completed in 2016. The Roybal FB-CT is located in the civic center of downtown Los Angeles, in proximity to the 300 N. Los Angeles Federal Building (300NLA), the 312 North Spring Street Federal Courthouse (312NSS), the Los Angeles City Hall, and the County Courts Buildings. Roybal is on 3.68 acres of an 8.08 acre parcel shared with 300NLA. The two buildings share a common mechanical plant. The building is a Class A office building occupied primarily by the U.S. Courts, the Drug Enforcement Agency (DEA) and several other smaller federal tenants. The 1993 building is of steel-frame construction with exterior granite cladding and is not considered historically significant. It is a 22-story structure with three below-grade basement levels, including an underground parking facility and an internal in-custody transfer sallyport that connects to the adjacent Metropolitan Detention Facility. 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. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Qualifications. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. GSA is in the process of determining the availability, adequacy, and capabilities of potential small business sources prior to issuing a Request for Qualification for a Design-Build Contractor for the design build renovation described above. If no responses are received from potentially responsible sources, GSA under the FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. Firms interested in this effort must be able to demonstrate experience as a Design-Build Contractor on three similar projects as defined below : SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a SIMILAR PROJECT, the project must meet all three elements of size, type, and complexity as further defined here. To be considered similar in size projects must exceed $10,000,000 in construction costs and be completed in the last seven years, or be 75% complete as of April 1, 2014. To be considered similar in type project(s) must include one or all of the following elements: new construction or renovation construction projects. To be considered similar in complexity projects include, but are not limited to, Ports of Entry, Courthouses, Public Buildings, Hospitals, Prisons, Office Buildings, Campuses, or Airports. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under North American Industrial Classification System (NAICS) code 236220 New Construction. The small business size standard for NAICS code 236220 is $33,500,000 in average annual receipts over the past three years. If you are an interested small business, per the definition above, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. •1) Please provide proof (i.e. DUNS number, System for Awards Management printout, certification letter from the Small Business Administration, etc.) that your firm is a Small Business in accordance with NAICS code 236220 (average annual receipts less than $33,500,000 for the past three years). •2) Is your firm an 8(a), Small Disadvantaged Business, Women-owned Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business? (For additional information on small business concerns visit www.sba.gov ) •3) Provide three similar projects as described above that demonstrate the small business firm's past experience as a General Contractor. Submit a reference for each project submitted. •4) Letter from Bonding Company certifying that the small business firm has bonding capacity in excess of $17,000,000 for a single project. Each response shall be reviewed by the Contracting Officer for the purpose of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. In any joint venture or teaming arrangement the general contractor and or all parties in the joint venture must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least 15 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern per FAR clause 52.219-14(b)(1) - Limitations on Subcontracting. Interested Architectural and Engineering firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Greg McSweeney, Contracting Officer, via email greg.mcsweeney@gsa.gov, or regular mail to GSA, Attn: Greg McSweeney, 50 United Nations Plaza, San Francisco, CA 94102. For additional information regarding this potential opportunity, please contact the Point of Contact listed in this notice. The DUE DATE for responses is May 2, 2014 by 12:00PM Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCE/ROYBALDB/listing.html)
- Place of Performance
- Address: 255 East Temple Street, Los Angeles, California, 90012, United States
- Zip Code: 90012
- Zip Code: 90012
- Record
- SN03327858-W 20140405/140403235420-cf22e79ae0b9339d8ad07a6f18329876 (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 |