Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2018 FBO #6067
SOURCES SOUGHT

Z -- GSA Regional Historical Preservation IDIQ - Sources Sought SOW & Questionnaire

Notice Date
7/2/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
47PL0118D9000
 
Point of Contact
Kimberly M Johnson, Phone: (253) 931-7337, Heather Bowden, Phone: 253-931-7212
 
E-Mail Address
kimberlym.johnson@gsa.gov, heather.bowden@gsa.gov
(kimberlym.johnson@gsa.gov, heather.bowden@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Industry Outreach Questionnaire Draft Statement of Work Solicitation Number: 47PL0118D9000 - SMALL BUSINESS SET-ASIDE Notice Type: Sources Sought This is not a Request for Quote (RFQ) or Request for Proposal (RFP). This notice does not constitute a commitment by the Government to issue an RFQ, RFP, contract, or task order. The Government will not pay for any effort expended or any material provided in response to this announcement. Requests for a solicitation will not receive a response. The General Services Administration (GSA) has a requirement for planning and executing conservation and preservation services on its historic properties. The GSA intends to award three (3) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to meet recurrent conservation, and repair services in federally-owned buildings managed by the Public Buildings Service (PBS). The purpose of this IDIQ contract is to provide flexibility in both planning and executing conservation and preservation services in order to provide essential continuity from need identification, analysis, diagnosis, and planning through construction completion. It is based on current industry trends in which historic preservation architects team with architectural conservators and/or multiple-discipled architectural-construction firms specializing historic buildings to provide life-cycle historic preservation services. This contract is premised upon GSA's obligation under the National Historic Preservation Act (NHPA) to maintain and conserve historical elements in its buildings. GSA is referring to this work as a new project delivery method, Conservator as Consultant & Constructor (CaCC). The GSA anticipates significant benefits will be obtained by maintaining the continuity between professional conservation and preservation services through construction completion. The primary work sites are federally owned facilities currently listed or eligible for listing on the National Register of Historic Places in the GSA's Northwest/Arctic Region (Region 10). Additionally, the GSA Region 10 has facilities that are nearing or will achieve Historic Preservation status by the year 2024. The facilities are located within the states of Washington, Oregon, Alaska, and Idaho. Properties range in style and construction from 1909 Beaux Arts sandstone to 1969 Modern Formalism. Common materials are sandstone,brick, terra cotta, concrete, bronze, curtain wall, marble and terrazzo. Common scenarios include water infiltration issues, exterior envelope renovation, interior finish materials restoration, and design and construction to fit modern conveniences and code requirements into historic spaces. In partnership with the GSA's Rocky Mountain Region (Region 8) and Pacific Rim Region (Region 9), secondary work sites are established for federally owned and leased locations that are subject to historic preservation guidelines and those that will be determined eligible for historic listing by the year 2024. The facilities within the GSA Region 9 are located within the states of California, Arizona, Nevada, and Hawaii. The federally owned and leased facilities managed by the GSA Region 8 are located within the states of Colorado, Utah, Wyoming, North Dakota and South Dakota and Montana. All of the GSA's listed properties are subject to the requirements of the National Historic Preservation Act and those, which are approaching Historic Preservation Status by the year 2024. The GSA has occasional requirements for conservation type projects for federal agencies housed in leased locations (non-GSA owned), which are also subject to Historic Preservation efforts. Moreover, the GSA has the requirement to ensure all work is performed in accordance with the Secretary of Interior's Guidelines for the Treatment of Historic Properties and met GSA's historic building competency requirements. 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. The GSA intends to award a Base Contract with up to 4 option periods. The base Contract Maximum Value (CMV) for each IDIQ contract is $5 million. The CMV represents the most that can be spent on all task order contracts awarded against the IDIQ contract. The CMV is a shared by the award pool of an IDIQ contract. The CMV is reduced in an amount equal to awarded Task Order Contracts (TOC). The following attachments have been provided for your review: a. DRAFT Statement of Work - Date 06-06-2018 b. Industry Outreach Questionnaire Any interested firm should provide a Written Letter of Interest and a Response to the following questions (no more than 5 pages) by 3:00 pm PDT, July 23, 2018 to Kim Johnson via email KimberlyM.Johnson@gsa.gov and Heather Bowden via email Heather.bowden@gsa.gov. The subject line should state "Sources Sought for 47PL0118D9000." Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses. The written Letter of Interest must contain the following elements, at a minimum: Contractor's name, address, point of contact, phone number and email address; Tax Identification Number and DUNS number; NAICS code(s) under which the company operates; Two (2) similar Conservator as Consultant and Constructor type projects: Similar is defined as projects with a minimum total contract value of $200,000 and the contractor's tasks include initial investigation, analysis, diagnosis, and recommendation as well as implementing the contractor's own recommended approach for architectural conservation/preservation. Two (2) similar Conservator as Consultant type projects: Similar is defined as projects with a minimum contract value of $150,000 and is limited to implementing a third party's recommended approach for architectural conservation. Please take the time to fill out the Industry Outreach Questionnaire. We value the input received to further develop the acquisition strategy and any changes that need to be addressed in the final Statement of Work. The Government will review each response and will use the information it receives in response to this sources 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. In any joint venture or teaming arrangement, the offeror of record must qualify as a Small Business in accordance with NAICS codes 236220 (primary) and 541720 (secondary) in order to be considered under this Notice. Contracting Office Address: GSA Region 10 Acquisition Management Division (10PQ) 400 15th Street SW Auburn, WA 98001-6505 United States Primary Point of Contact: Kim Johnson Contracti Specialist kimberlym.johnson@gsa.gov Phone: 1-253-931-7337
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/47PL0118D9000/listing.html)
 
Place of Performance
Address: General Services Administration Region 10, 400 15th St. SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN04976051-W 20180704/180702230632-978de0ba892e91144a3a5f15e77d49ab (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.