Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2018 FBO #6011
SOURCES SOUGHT

Z -- Construction Services for the Weis Courthouse Backfill Project, Pittsburgh, PA

Notice Date
5/7/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division (47PD00), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
Weis_Courthouse_Backfill_Sources_Sought
 
Archive Date
6/7/2018
 
Point of Contact
Shannon K. Stanford, Phone: (215) 446-5058, James J. Henry, Phone: (215) 446-5756
 
E-Mail Address
shannon.stanford@gsa.gov, james.henry@gsa.gov
(shannon.stanford@gsa.gov, james.henry@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
***THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE.*** This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a notice for sources sought only. This is not a Request for Proposal (RFP) or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to setting aside this contemplated acquisition for small businesses. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, interested small businesses, including HUBZone, 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), or Women-Owned Small Businesses (WOSB) that would be interested in submitting proposals for an anticipated solicitation for Construction Services for the Weis Courthouse Backfill Project, located in Pittsburgh, PA. The location of performance is: Joseph F. Weis Jr. United States (U.S.) Courthouse 700 Grant Street Pittsburgh, PA 15219 The Joseph F. Weis Jr. U.S. Courthouse, formerly known as the Pittsburgh Post Office and Courthouse (POCH), was constructed in the 1930's. The building was listed on the National Register of Historic Places as a contributing building in the Downtown Pittsburgh Historic District in December 1985, and was individually listed on the National Register in February 1995. The building is comprised of 13 levels totaling 777,000 gross square feet. General Description of Scope of Services: This scope of services is for a General Construction Contractor to manage and execute a construction project. The Government contemplates the use of a small business set-aside contract utilizing the Design-Bid-Build (D-B-B) project delivery method. The General Services Administration (GSA) intends to design and construct the necessary shell and tenant improvements (TI) required for one new occupant agency on the 1st floor. In addition, this project will construct the necessary shell and TI required for the relocation of three existing tenant spaces. The overall project objectives include: • Construction Stage o Construction Commencement o As-Built Drawings • Turnover Process o Preparation for Occupancy The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36,500,000.00. The order of magnitude for the contemplated acquisition is between $1,000,000.00 and $5,000,000.00. The anticipated contract will be procured utilizing source selection procedures as described in FAR Part 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Response Information: The following information is requested in response: (1) Identification (including name, address, telephone number, and DUNS number) and verification of the company to be certified by the Small Business Administration (SBA) as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. Identification of the company as other than small business, if applicable. (2) Required experience to be considered as a viable source of the contemplated acquisition includes experience in delivering construction services as a prime contractor utilizing the Design-Bid-Build (D-B-B) project delivery method. The work should include managing multiple subcontractors, occupied buildings, dealing with sensitive customers and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued in the provided order of magnitude (between $1,000,000.00 and $5,000,000.00) and have been completed within the past ten (10) years. Your response should address experience with office renovation, construction in existing secured space/building, construction of new secured spaces, advanced security systems, hazardous material removal, phased construction, constrained construction site, multiple subcontractors, and construction in fully occupied/operational buildings in the Pittsburgh, PA market and surrounding vicinity should be demonstrated in your response. Your response should document how your firm meets these requirements and must provide specific contract information to include: contract number, location, agency/owner, dollar value (inclusive of all changes), contract type, project delivery method, a description of the work, including how it relates to this contemplated procurement and an owner Point of Contact with a telephone number and email address. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your response to no more than five (5) completed contracts which meet the criteria above. (3) Describe your firm's ability to obtain a bid bond up to 20% of the maximum order of magnitude and performance and payment bonding to 100% of the maximum order of magnitude. The maximum order of magnitude is $1,000,000.00 to $5,000,000.00 for a single contract. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Ms. Shannon Stanford, Contract Specialist. Please email your response to shannon.stanford@gsa.gov by Wednesday, May 23, 2018, 3:00 p.m. EST. This is NOT a Request for Proposal (RFP) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/89322004317db77d56bf004485203385)
 
Place of Performance
Address: Joseph F. Weis Jr. U.S. Courthouse, 700 Grant Street, Pittsburgh, Pennsylvania, 15219, United States
Zip Code: 15219
 
Record
SN04912686-W 20180509/180507230547-89322004317db77d56bf004485203385 (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.