Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2018 FBO #6091
SOURCES SOUGHT

Z -- Seized Property Facility - U.S. Customs Cargo Inspection

Notice Date
7/26/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0018R0184
 
Point of Contact
Daniel Ramirez, Phone: 3123854106, Anna E. Vanko, Phone: 614-469-2791
 
E-Mail Address
daniel.ramirez@gsa.gov, anna.vanko@gsa.gov
(daniel.ramirez@gsa.gov, anna.vanko@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a sources sought NOTICE only. This notice DOES NOT constitute a Request for Proposal, nor does it represent any commitment by the Government. The Government does not intend to award a contract based on responses and the Government is not obligated to and will not pay for information received as a result of this announcement. Funds are not presently available for project. The Government's obligation under this contract is contingent upon the availability of appropriated funds. No legal liability on the part of the Government may arise until funds are made available to the Contracting Officer. This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no additional solicitation information available at this time. All responses will be used for market analysis in determining the availability of potentially interested 8(a) businesses and may be used to determine appropriate acquisition strategy. No solicitation is being issued at this time. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 - Addition, Alteration & Renovation, Commercial and Institutional Building. The small business size standard for NAICS code 236220 is $36.5M in average annual receipts over the past three (3) years. General Information The General Services Administration (GSA) seeks potential 8(a) sources for a construction contract. The magnitude of the anticipated project is valued between $1,000,000 and $5,000,000. The purpose of this sources sought notice is to gain knowledge of qualified and interested 8(a) sources. This acquisition is anticipated to be a 8(a) set aside, and open to firms located in Michigan, Ohio, Indiana, Illinois, Minnesota, and Wisconsin regions. This will be awarded as a firm-fixed price contract. A seized Property Facility is to be constructed at the Fort Street Cargo Inspection Facility, 2810 West Fort Street, Detroit, Michigan, at the Ambassador Bridge border crossing. The Seized Property Facility will include renovation of existing interior space in the Broker Building into Supervisor and Specialist work areas, and construction of a new annex adjacent to the renovated space to be the Seizure Processing Area and the High Security Facility. The new Seized Property Facility project will include a mix of renovated space and adjacent new construction in the Broker Building. The Design and final submission of Construction Documents was provided on June 30, 2015. Scope Summary The project scope includes renovations to existing interior office space, construction of a new, approximately 4,000 sf, high-bay warehouse building connected to an existing building, and site improvements associated with the new building. New construction could consist of cast in place concrete, precast concrete wall and roof construction, or reinforced masonry. High volume cargo inspection operations at the construction site that cannot be interrupted by construction operations, combined with considerable site constraints, will require multiple adjustments by the contractor during construction. Responses As previously mentioned, this acquisition is expected to be for an 8(a) small business set-aside, open to firms located in Michigan, Ohio, Indiana, Illinois, Minnesota, or Wisconsin. Interested 8(a) business vendors in the NAICS categories listed above shall submit their capability statement electronically, limited to 10 double sided pages. The capability statement shall be in sufficient in detail to allow the Government to determine the organization's related qualifications to perform the work. The statement shall include: 1) a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout ( www.sam.gov ). All contractors must be active in the System for Award Management (SAM), www.sam.gov, to be considered for award. BE ADVISED: If you are registering a new entity in SAM.gov, you must provide and mail an original, signed notarized letter stating that you are the authorized Entity Administrator before your registration will be activated. If you are updating, or renewing your registration in SAM.gov after 4/27/18, you must also provide a notarized letter before your updated registration will be activated. Read the FAQs for more information on these requirements and / or contact the Federal Service Desk at www.fsd.gov for additional questions or assistance. e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include construction team. 4) Capabilities and experience with federal or similar projects for new construction in the $1M - $5M range. Interested contractors should have experience in precast concrete building construction, structural excavation and backfill, underground utilities, cast in place concrete site work to support trucking operations, managing worksites immediately adjacent to high volume traffic, and in creating and implementing traffic control plans to minimize traffic disruptions while maintaining the construction schedule. Submitted references should highlight recent and relevant construction projects in fully occupied facilities, operating 24/7, having continuous vehicular traffic movement adjacent to the work site, in a highly secured environment, within the past ten (10) years. Provide a minimum of two and no more than five, successful project examples that demonstrate experience delivering Construction services. Projects should be similar in size, and scope as this project. Similar experience includes the construction of an annex to an occupied building. 8(a) contractor should also have experience in using precast concrete tilt-up construction of similar size and complexity. Provide the following information for each example: project description, schedule, safety record, scope of Design and Construction services; price or budget at award; and final contract value after adjustments, indicate whether liquidated damages were assessed due to late completion. GSA highly recommends that pictures be submitted with each example to demonstrate before and after conditions. 5) Statement of capability to bond for a project in the $1-5M range. 6) Contact information, Point of contact name, Phone number, Email address and company website (if available). Responses should be emailed not later than August 09, 2018 in this sources sought notice as follows: daniel.ramirez@gsa.gov Each response will be reviewed by the Contracting Officer for the purpose of determining 8(a) interest and qualifications in performing the work as listed above. All information furnished to the Government in response to this notice will be used for review purposes only. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. Incomplete responses will not be considered in determining market availability. All interested parties are required to respond to this sources sought announcement via email not later than 4:00 p.m. CST, August 09, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfd08ed3e39f1dda4e280f00d8f4327d)
 
Place of Performance
Address: 2810B W Fort St, Detroit, Michigan, 48216, United States
Zip Code: 48216
 
Record
SN05008028-W 20180728/180726230914-dfd08ed3e39f1dda4e280f00d8f4327d (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.