Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOURCES SOUGHT

Y -- Upgrades to High Rise and Low Rise Elevators Thomas P. O誰eill, Jr., Federal Building, Boston, MA General Services Administration, Region 1 - Upgrades to High Rise and Low Rise Elevators Thomas P. O誰eill, Jr., Federal Building Sources Sought Questionnaire, & Attachment A

Notice Date
1/15/2016
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
Thomas_ONeill_Jr_Elevator_Boston_MA_Sources_Sought
 
Point of Contact
Deborah A. Fournier, Phone: (617) 565-5970, Alexandria L. Kelly, Phone: 617-565-5724
 
E-Mail Address
deborah.fournier@gsa.gov, alexandria.kelly@gsa.gov
(deborah.fournier@gsa.gov, alexandria.kelly@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Upgrades to High Rise and Low Rise Elevators Thomas P. O誰eill, Jr., Federal Building Sources Sought Attachment A Upgrades to High Rise and Low Rise Elevators Thomas P. O誰eill, Jr., Federal Building Sources Sought Questionnaire Upgrades to High Rise and Low Rise Elevators Thomas P. O'Neill, Jr., Federal Building, 10 Causeway Street, Boston, MA, 02222 General Services Administration, Region 1 Project Number: VMA00033 THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. Responses shall be used for planning purposes only. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded. A market survey is being conducted to determine if there are adequate Small Business, HUB Zone, 8(a), Small Disadvantaged, Woman-­Owned, Veteran-­Owned or Service Disabled Veteran-Owned Businesses for the project listed below. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group. All interested Small Businesses including, HUB Zone, 8(a), Small Disadvantaged, Woman-­Owned, Veteran-­Owned or Service Disabled Veteran-Owned contractors should respond to this office in writing by e­mail on or before due date listed below. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this market research. The General Services Administration (GSA), New England Region, Acquisition Management Division Capital Program, is seeking a Small Business concern with current relevant qualifications, experience, personnel, and capability to perform the work described herein. The Thomas P. O'Neill, Jr., Federal Building, an office building located in downtown Boston, Massachusetts, was constructed in 1986 and consists of an eleven-story high-rise tower which overlooks a five-story low-rise portion, including a five-story atrium. A parking garage is located in the basement. The building is served by eleven (11) passenger elevators (eight (8) high-rise and three (3) low-rise) and one (1) freight elevator (high-rise). The project includes but is not limited to the following work: upgrade the high-rise, low-rise, and freight elevators with new interior elevator car finishes, lighting, signage, card readers, call buttons. New equipment to include hoisting machinery, drive motors, signal controls, motion controls, and seismic upgrades. Work must be coordinated with the fire alarm and BAS replacement projects. The Contractor must provide all materials and labor to update twelve (12) existing electric traction elevators to completely tested and operational status. Tasks will include: demolition, upgrade of elevator equipment, cab finishes, controls, and elevator machine room fire rating IAW provided specifications and drawings; and, testing and commissioning. The contract work also includes painting existing hoistway panels and emergency control work. Additionally, maintenance services for all elevators shall be provided from the date of Notice to Proceed until the end of a one-year warranty period at completion of the installation and acceptance by the government of the last car worked. The anticipated award will be a firm fixed price contract for modernization and maintenance services. It is anticipated that the physical upgrade will be completed within thirty-five (35) months after Notice to Proceed and that maintenance service will continue for one (1) year after acceptance by the Government of the last car worked. All qualified and certified: Small Business, HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, Service Disabled Veteran-Owned (SDV), and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. The Government will not pay for any information solicited. Respondents will not be notified of the results of the sources sought evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a 100% Small Business Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in July 2016. The appropriate NAICS Code is 238290 (Other Building Equipment Contractors) with a small business size standard of $15.0 million dollars. Estimated magnitude of construction, per FAR 36.204 -- Disclosure of the Magnitude of Construction Projects, is between $5,000,000 and $10,000,000. Interested small businesses are required to fill out the attached Sources Sought Questionnaire and Attachment A and submit to the Contracting Officer and Contract Specialist listed below. Interested small businesses may also submit to the Contracting Officer a brief Statement of Capabilities package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the requested services. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a Statement of Capabilities package is not a prerequisite to any potential future offerings, but participation will assist the General Services Administration in tailoring its requirements to be consistent with industry standards. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. RESPONSES ARE DUE NLT JANUARY 29, 2016, 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Submit your Sources Sought Questionnaire, Attachment A, and Statement of Capabilities package electronically to Alexandria Kelly, Contract Specialist, via e-mail to: alexandria.kelly@gsa.gov with the subject line: Thomas P. O'Neill, Jr., Elevator Upgrades Sources Sought Response. The total size of the package should not exceed 25MB. Questions or comments regarding this notice may be addressed to Alexandria Kelly, Contract Specialist, either by e-mail at alexandria.kelly@gsa.gov or phone at (617) 565-5724, with a copy to Deborah Fournier, Contracting Officer, at deborah.fournier@gsa.gov. NOTE: Please be advised that the solicitation will not be advertised under this notice number. Contractors should monitor the Federal Business Opportunities website ( https://www.fbo.gov/ ) for the solicitation synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/Thomas_ONeill_Jr_Elevator_Boston_MA_Sources_Sought/listing.html)
 
Place of Performance
Address: Thomas P. O誰eill, Jr., Federal Building, 10 Causeway Street, Boston, Massachusetts, 02222, United States
Zip Code: 02222
 
Record
SN03993989-W 20160117/160115234250-5413cac9b792274a6b137016490f8d21 (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.