SOURCES SOUGHT
Y -- Construction Management Services IDIQ Sources Sought Notice
- Notice Date
- 2/25/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- 268623481
- Archive Date
- 3/26/2016
- Point of Contact
- Megan D Reed, , Sebastian Asaro,
- E-Mail Address
-
megan.reed@gsa.gov, sebastian.asaro@gsa.gov
(megan.reed@gsa.gov, sebastian.asaro@gsa.gov)
- Small Business Set-Aside
- Partial Small Business
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. 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 General Services Administration (GSA), Public Building Services (PBS), Region 2 anticipates issuing a solicitation that will result in two (2) Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) construction management (CM) services contracts to CM firms and multiple awards may be made. The requirements contained within this anticipated contract will be for construction management services in Government and leased buildings, which are located in Region 2 (State of New York and New Jersey (Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth), Puerto Rico and the Virgin Islands). The Government anticipates that one IDIQ contract will be set aside for small businesses for projects with an estimated cost of construction under the prospectus level threshold ($2.85M). The other Multiple Award IDIQ contract will be through an unrestricted competition in support of projects with an estimated cost of construction greater than $2.85M. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government. This sources sought identifies potential CM services on an as needed basis for a term of one (1) base year plus four (4) options years, which can be exercised at the Government's discretion. Each anticipated contract will have a maximum order limitation (MOL) of $30,000,000 (including base and 4 option years) and a Minimum Guarantee of $2,500. This will be a negotiated procurement issued in accordance with FAR Part 15. In this process, the Government anticipates to award to the most highly qualified CM firms with whom it can negotiate a fair and reasonable price. The Scope of CM services under this anticipated acquisition will include, but are not limited to: professional services in the design and construction industry, such as pre-planning, programming, design management, design review, procurement support, construction management, commissioning and post-construction support. Review of design development and working drawings for constructability and sustainability, cost estimating, participation in value engineering studies, project coordination and reporting, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, claims analysis and litigation support, and other contract quality assurance functions. The GSA is seeking information on CM firms that are interested in this acquisition who qualify under the 8(a) Program, the HUBZone Program, Women Owned, and/or the Service-Disabled Veteran-Owned Small Business Procurement Program. The North American Industry Classification System Code for this potential acquisition is 236220, Commercial and Institutional Building Construction. The Small Business size standard is average annual sales and receipts for the past three years that are less than $36,500,000.00. The Government anticipates issuing the solicitation for this acquisition around May 2016. If you are an interested CM firm, please address the below along with your Written Letter of Interest. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. Do you meet the Small Business size standard? Otherwise, indicate if you are a large business firm. 2. Is your firm an 8(a), HUBZone Small Business, Women Owned Small Business and/or Service-Disabled Veteran-Owned Small Business (Please indicate the applicable representation(s))? (For additional information on small business size standards and small business programs, please visit www.sba.gov) 3. Submit two (2) construction projects your firm has completed in the past ten (10) years, demonstrating experience in the following fields: architectural, electrical, mechanical, structural/civil, energy conservation, fire and life safety, hazardous material abatement, work with Government Agencies, knowledge of applicable Federal regulations, value engineering, budget/cost control, scheduling, cost estimating, construction inspection, LEED certification, quality control, and commissioning. Please limit your submission to no more than one page for each project. 4. If your company is/will be part of a joint venture, state the names of joint venture members and their business size(s). (In any joint venture or teaming arrangement the firm 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 fifteen (15) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(b)(3) - Limitations on Subcontracting.) Submission Instructions: As this is a Sources Sought announcement, interested Construction Management firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Megan Reed, Contracting Officer. All responses must be submitted via email to megan.reed@gsa.gov by 5:00pm EST on March 11, 2016. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No hard copies will be accepted. Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. This is not a Request for Proposal (RFP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/156641a4fbe01e489796317f1ff962ac)
- Place of Performance
- Address: State of New York and New Jersey (Counties of Bergen, Essex, Union, Morris, Passaic, Hudson, Middlesex, and Monmouth), Puerto Rico and the Virgin Islands., United States
- Record
- SN04031278-W 20160227/160225234939-156641a4fbe01e489796317f1ff962ac (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 |