SOURCES SOUGHT
Z -- Exterior Envelope Renovation - Contractor Response Form
- Notice Date
- 9/20/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division South (47PD02), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
- ZIP Code
- 19106-1521
- Solicitation Number
- 47PD0218R0027
- Point of Contact
- Tracy L. Comose, Phone: 2154464609, Connor Eagan, Phone: 215-446-5790
- E-Mail Address
-
tracy.comose@gsa.gov, connor.eagan@gsa.gov
(tracy.comose@gsa.gov, connor.eagan@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Contractors Sources Sought Response Form SOURCES SOUGHT NOTICE 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. The General Services Administration (GSA), Public Buildings Service, Region 3, is seeking information on technically capable, and otherwise responsible, construction firms; including large and small businesses for the anticipated solicitation for the Exterior Envelope Renovation at the Lewis F. Powell Jr Courthouse and Annex in Richmond, Virginia. The location of performance is: Lewis F. Powell Jr Courthouse and Annex 100 E. Main Street Richmond, VA 23219 This is a notice for sources sought only. This is not a request for proposal 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 the extent it will be competed. 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. General Description of Scope of Services: GSA intends to solicit and award a general construction contract for construction services to replace, repair, and rehabilitate several components of the exterior envelope (roofing systems and windows) of the Courthouse and Annex to mitigate damage caused by water infiltration. The intention of the project is to renovate the roof of the Courthouse and to repair or replace the windows at the Courthouse and Annex to prevent water infiltration, further damage, and to increase the building's energy efficiency. Size Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million. Magnitude of Construction The order of magnitude for the contemplated acquisition is between $5,000,000 and $10,000,000.00. Selection Procedures 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 your response: (1) If applicable, identification (including name, address, phone and fax numbers and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB). (2) Required experience to be considered a viable source for the contemplated acquisition includes contracts awarded to your firm as the general contractor for projects which involve managing multiple subcontractors, working in historically significant, 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 ($5,000,000 - $10,000,000). Your response should address experience with replacing clay tile roofing systems. Your response should address experience with repairing and replacing wooden frame, steel framed, and aluminum framed window systems in an historic, occupied building. Your response should address experience with asbestos and lead based paint abatement. Your response should document how it meets these requirements and must provide specific contract information to include: contract number, location, agency, dollar value (inclusive of all changes), a description of the work and a client point of contact for each award. 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 within the last ten (10) years 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 $10,000,000.00 for a single contract. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal 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. Tracy Comose, Contract Specialist. Please email your response to tracy.comose@gsa.gov by October 5, 2018, 3:00pm, Eastern Time. This is NOT a request for proposals 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/spg/GSA/PBS/3PPRC1/47PD0218R0027/listing.html)
- Place of Performance
- Address: Lewis F. Powell Jr Courthouse and Annex, 100 E. Main Street, Richmond, Virginia, 23219, United States
- Zip Code: 23219
- Zip Code: 23219
- Record
- SN05099018-W 20180922/180920231404-d1d59ce4b6f3d7f4d773a4b2be4c45ad (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 |