SOURCES SOUGHT
R -- Construction Management Services for the Capital Security Enhancement at the Ron De Lugo Federal Building and U.S. Courthouse, Charlotte Amalie, St. Thomas, U.S. Virgin Island
- Notice Date
- 6/6/2014
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering 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-USVI
- 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
- THIS IS NOT A REQUEST FOR PROPOSAL (RFP). 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 an offer should a procurement be issued. 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 U.S. General Services Administration (GSA), Northeast and Caribbean Region is seeking Construction Management (CM) services for the Capital 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. The current estimated construction cost for this work ranges from $10,000,000 to $20,000,000. Ron De Lugo Federal Building and Courthouse, roughly 93,000 gross square feet constructed in 1975, 3 stories building, occupies a prominent harbor site in Charlotte Amalie, U.S. VI. This Building houses the U.S. Virgin Islands District Courts and other government agencies. Courts and related spaces are located on all three stories. This project will involve design and construction of judge's garage and marshal's sally port, new elevators, renovation and reconfiguration of building layout in order to separate judge's and public circulation, improving site security, and replacement and/or rebuilding of some electrical/mechanical building equipment. Construction Management services needed include, but are not limited to: review and provide comments on all design phase submissions; provide and review construction cost estimates; provide and review project schedules; monitor and inspect all construction activities; perform commissioning activities throughout the design and construction phases of the project; and other related services. The estimated duration of the Construction Management services needed for this work is 59 weeks for the design review phase (base contract). In addition, the work will include the following contract Options: Construction Procurement phase (12 weeks); Construction Management Phase (178 weeks); Closeout Phase (8 weeks); and Tenant Occupancy Phase (12 weeks). The North American Industry Classification System (NAICS) code is 541330 and the Small Business Administration (SBA) size standard is $14 Million dollars in average annual receipts in the latest three completed fiscal years. If you are an interested Construction Management firm or a 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 $14 million over the last three years) for this proposed procurement? (For additional information on small business size standards and small business programs, please visit http://www.sba.gov). If not, indicate that you are a large business firm - skip question number 2 and provide responses to the remaining questions. 2. Is your firm an 8(a) small business concern, HUBZone small business (HUBZone), small business, veteran-owned small business (VOSS), service-disabled veteran-owned small business, (SDVOSB), small disadvantaged business (SDB), or woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB)? 3. In the past six (6) years, has your firm completed a minimum of three projects with construction cost of over $7,500,000 that included design review and construction management services? If yes, please provide the project name, construction cost, brief project description, and what level of services were provided by your firm (i.e. design review, construction management, etc.). Include a point of contact with telephone number from the owner/owner representative. 4. Does one of the three projects, in your response to question 3 above, include a major renovation, tenant fit-out, alteration, or addition to an occupied building? 5. Was one of the three projects, in your response to question 3 above, a Government institutional building, private institutional building, or a commercial office building? 6. Was one of the three projects, in your response to question 3 above, located in the USVI, Puerto Rico, or countries listed in the Caribbean Basin Initiative. (see: http://www.ustr.gov/trade-topics/trade-development/preference-programs/caribbean-basin-initiative-cbi )? 7. Briefly respond (no more than one half (1/2) of 8.5x11 page) indicating where your firm is geographically located? 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. 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 firms should submit a written Letter of Interest by June 13, 2014, including responses to the questions contained within this sources sought notice to Patricia Wright, Contracting Officer, email to: patricia.wright@gsa.gov. 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/96c287148473c6deebb33e9dcf425893)
- Place of Performance
- Address: Ron De Lugo Federal Building and United States Courthouse, 5500 Veterans Drive, Charlotte Amalie, St. Thomas, U.S. Virgin Islands, United States
- Record
- SN03387920-W 20140608/140606234416-96c287148473c6deebb33e9dcf425893 (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 |