Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2015 FBO #4968
SOURCES SOUGHT

Z -- Tenant Fit-out Services for the National Operations Center and Current Operations Division for the US Department of Homeland Security (DHS), St Elizabeths West Campus, SE, Wash., DC

Notice Date
6/29/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
WPC-15-NOCCOD
 
Archive Date
9/30/2015
 
Point of Contact
Bonnie E Echoles, Phone: (202) 561-7821
 
E-Mail Address
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This NOTICE is published to gain knowledge of potential LOCAL AREA SMALL BUSINESS construction companies. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY! NO AWARD WILL BE MADE FROM THIS NOTICE! NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE! PLEASE DO NOT REQUEST A COPY OF A SOLICITATION! THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is NOT a request for proposals or qualifications. This notice does not represent a commitment by the government to issue a solicitation or award a contract. This is a request for information/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. This market research is being conducted under NAICS 236220 Commercial and Institutional Building Construction; small business size standard for this NAICS code is $36,500,000.00 in average annual receipts over the past three (3) years. Please note that under FAR 52.219-14(3) the contractor shall perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Estimated Cost range is $10.0M to $15.0M.This Sources Sought encourages maximum participation of interested Small Business concerns. PROJECT DESCRIPTION The General Services Administration (GSA) is anticipating procuring Tenant Fit-out Services for the National Operations Center and Current Operations Division for the US Department of Homeland Security (DHS), St Elizabeths West Campus, SE, Wash., DC. At a minimum, this project's scope consists of Installation of raised floor in empty shell spaces; Fit-out of new toilet and shower rooms; Construction of a new egress stair; Installation of a new elevator serving all levels in an existing hoist way; Completion of the DOC's Chemical/Biological/Radioactive (CBR) systems design, including modifications to communicating doors and a three chamber decontamination suite (including showers) to serve those entering the DOC during a CBR event; Connection from the DOC to the Center Building; Reconfiguration of the interior of the existing DOC A entry pavilion of the Coast Guard building to accommodate increased building occupancy. BONDS Bid Bond/Guarantee shall be at least 20% of the bid price. Performance and Payment bonds will be required; each in the penal sum equal to 100 percent of the original contract. EXPLICITLY UNDER THIS PROGRAM: Construction and design of SCIFs should be performed by U.S. companies using U.S. citizens to reduce risk, but may be performed by U.S. companies using U.S. persons (an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. 1 101(a)(20) or who is a protected individual as defined by Title 8 U.S.C. 1 324b (a)(3)). Access Constraints exist for certain workplace areas within the Building; requiring escorts. Restrictions apply to days and times for work performance. CAPABILITY STATEMENT The following statements will apprise the General Services Administration of prospective Contractor capabilities required by the above project description. If you are an interested firm, please provide your response to the following: 1. A Written Letter of Interest, company brochure or literature (if available) containing the following elements, at a minimum: a. Name and address of company (inclusive of phone and fax numbers); b. Name and email address of Individual within the company who will be the contact person, if the Government requires additional information; c. Tax Identification Number, Dunn & Bradstreet No., CAGE code ; d. North American Industry Classification System (NAICS) code(s) under which company operates 2. Contractor's small business classification: SB, 8(a), SDB, WOSB, HubZone, SDVOSB, VOSB. (Indicate ALL that apply.) 3. Contractor's Joint Venture or Mentor-Protégé information, if applicable - existing and potential - and the same information for the mentor company as described, above, for small businesses. The Government encourages and will recognize Joint Ventures among small businesses and encourages and will recognize ONLY SBA-Approved Mentor-Protégé Joint Ventures. 4. Contractor's Bonding Capability in the form of a letter from Surety, per contract and with aggregate amounts. 5. Contractor's capability to perform Tenant Fit-out Services comparable in size and in scope in occupied space and performed within the past 7 years. Provide brief descriptions of at least 3 projects that were performed in an occupied building, include project name, contract number (if Federal Government), timeliness of performance, customer satisfaction, and dollar value of the project. For each example describe if the project was self-performed or a team effort. The Government will review each response and will use the information it receives in response to this source sought notice as a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery. A determination not to compete a 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. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Please note: All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract. Email response is preferred. Email Subject Line must read as follows: NOC Tenant Fit-out. RFIs regarding this notice will not be entertained. Expressions of interest must be submitted to the attention of the Contracting Officer, bonnie.echoles@gsa.gov, by 12:00 PM EST on July 09, 2015. Expressions of interests received after this date and time will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/WPC-15-NOCCOD/listing.html)
 
Place of Performance
Address: St Elizabeths West Campus, 2701 Martin Luther King Jr. Avenue, SE, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN03779620-W 20150701/150629234942-52cc194281ba8ccc2cd2c195ae5e0585 (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.