SOURCES SOUGHT
Y -- Piegan Infrastructure and Housing Project, Piegan, MT
- Notice Date
- 2/13/2015
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Office of Design and Construction, 1800 F Street, NW, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- GS00P15LYC0020
- Point of Contact
- Ann N. Fleckenstein, Phone: 3032362090, Steven H. Eckelberg, Phone: 3032362413
- E-Mail Address
-
ann.fleckenstein@gsa.gov, steven.eckelberg@gsa.gov
(ann.fleckenstein@gsa.gov, steven.eckelberg@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE INFORMATION Agency/Office: General Services Administration, Public Buildings Service (PBS) Location: PBS, Land Ports of Entry - Special Programs Division Title: Piegan Infrastructure and Housing Project, Piegan, MT THIS IS NOT A SOLICITATION AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This is a sources sought notice for small business concerns, as identified in FAR 19.102, and is NOT a request for proposal. A solicitation is not being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. This advertisement is seeking interested construction firms that qualify as small businesses and that have experience with design-build projects. Large businesses should not respond. This announcement seeks information from the industry, which will be used for preliminary planning purposes only. No proposals are being requested or accepted with this notice. Note that a Sources Sought synopsis for the Piegan Infrastructure and Housing Project was issued in June, 2013. However, the project was placed on hold and has recently been placed back in active status. Additionally, some of the requirements have been updated/changed. This has necessitated that market research be reinitiated in order to determine the current market conditions. The General Services Administration (GSA), Public Buildings Service, Special Programs Division, is seeking possible sources to provide design-build construction services under the North American Industry Classification System (NAICS) 237110, Water and Sewer Line and Related Structures Construction. The size standard associated with NAICS 237110 is $33.5 million, which means that a company, including its affiliates, would be considered a "small business" if their average annual gross receipts do not exceed $33.5 million for the past three years. If a company has not been in business for three years, the average weekly revenue for the number of weeks the company has been in business is multiplied by 52 to determine the average annual receipts. Scope of Work: GSA proposes to award one (1) firm-fixed- priced design-build construction contract to design and construct new sewage treatment systems, water delivery and treatment systems, natural gas distribution systems and electrical distribution systems. Included will be an option to provide an additional four (4) housing units. All houses are to be built according to the Northern Border Model CBP Prototype House design prepared by Garrison Architects. The sewage treatment systems, water delivery and treatment systems, natural gas distribution systems, and electrical distribution systems currently supply service to both the Land Port of Entry (LPOE)/Border Patrol Station and the U.S. Customs and Border Protection (CBP) housing. The demands placed on these systems are believed to be near, at, or beyond the capacities of these systems. Therefore, this project will design and build additional capacity for these systems, or replace the systems entirely, as required with new systems able to fulfill the combined demand of the LPOE/Border Patrol Station, existing housing, and the optional addition of four (4) four new houses. The contractor shall be required to provide architect-engineer design services to continue developing the design-build bridging documents which have been completed up to approximately the 35% design stage. These documents are intended to convey the conceptual design of the facility as well as the project specific design criteria and requirements. Period of Performance: Design - 100 calendar days after Authorization to Proceed (ATP) with the Design. Construction - 520 calendar days after Notice to Proceed (NTP) with the Construction. Note that construction is strongly discouraged during the months of November, December, January, and February of each year due to harsh weather conditions common during this time frame and the effects the weather causes to construction quality and productivity. Place of Performance: Land Port of Entry, Piegan, Montana Interested parties are requested to submit the following information in response to this notice: 1. A Corporate Capability Statement, in writing, addressing your capability to provide design-build construction services for this project. Demonstrate that your design-build construction firm has the personnel necessary, or the ability to obtain them, to perform the type of services sought by this notice and to meet the requirement at FAR 52.219-14, Limitations on Subcontracting. Your statement of capability shall address, at a minimum, the following contractor information: A. Contractor/Firm Name B. Address C. Point of Contact (POC) D. POC phone number(s) and e-mail address E. DUNS Number F. Small business size eligibility (see above) G. Your socioeconomic status, if any (e.g., 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), HUBZone small business, etc.). 2. A listing of at least two (2) similar projects substantially completed within the past five (5) years that your firm has designed and constructed that are of similar size, scope, and complexity to this project. A similar project is identified as one that is comparable in magnitude, scope, complexity, and duration to the requirements as defined by this notice. Any proprietary information shall be marked as such. In your description, please identify the following: A. If the project was for the Federal Government or other government/commercial purposes. B. If the project was for design-build construction services. C. If the project was located in a remote site and/or in the State of Montana. If not, please provide the location of the site. D. The dollar value of the project. E. If the project was a civil construction project F. If the project involved high water tables similar to those found at this Montana site. G. If the project contained any environmental issues and the approach(es) taken to resolve them. H. Bonding Capacity. Address your specific maximum bonding capacity. 3. A narrative describing your capabilities to perform the work cited herein. Demonstrate successful past performance of design-build construction services for a project located in Montana or demonstrate the ability to successfully perform this project. Include information on how the project would be staffed or subcontracted to architects and professional engineers registered/licensed in the State of Montana. Please limit the narrative to five (5) double-sided pages or less. Any information provided by industry to the Government as a result of this Sources Sought synopsis is strictly voluntary. Responses will not be returned nor will acknowledgements be made. No entitlements to payment of direct or indirect costs for charges to the Government will arise as a result of contractors' submission of responses or the Government's use of such information. The information obtained from industry's response to this notice may be used in the development of an acquisition strategy and a possible future solicitation. Should such a requirement fail to materialize, no basis for claims against the Government shall arise as a result of a response to this notice. Small business firms that meet the criteria set forth above should e-mail their qualifications to: ann.fleckenstein@gsa.gov. In the e-mail subject, please include the following : "Response to Sources Sought Notice for Design-Build Construction Services, Piegan Infrastructure/Housing Project, Piegan, MT." No additional information will be provided by telephone. Responses are required to be received no later than 4:00 p.m. Mountain Time, February 27, 2015. Contracting Office Address: General Services Administration, Special Programs Division (PCBA), 1 Denver Federal Center, Building 41, Denver, CO 80225-0564, United States of America.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/523d5ac1b8e4bb7e8b747a5e24bb62a3)
- Place of Performance
- Address: Piegan Land Port of Entry, 5023 Highway 89 North., Babb, Montana, 59411-0109, United States
- Zip Code: 59411-0109
- Zip Code: 59411-0109
- Record
- SN03642246-W 20150215/150213234552-523d5ac1b8e4bb7e8b747a5e24bb62a3 (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 |