Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

99 -- CONSTRUCTION SERVICES FOR SAN JUAN CUSTOMS HOUSE

Notice Date
1/17/2020 9:47:15 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DHS CUSTOMS AND BORDER PROTECTION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
CBP-2020-AFCD-FCB-EAST-001
 
Response Due
1/31/2020 2:00:00 PM
 
Archive Date
02/01/2020
 
Point of Contact
RANDALL JOHNSTON, Phone: 202-329-1308, Gary Robertson, Phone: 202-867-5322
 
E-Mail Address
randall.s.johnston@cbp.dhs.gov, gary.r.robertson@cbp.dhs.gov
(randall.s.johnston@cbp.dhs.gov, gary.r.robertson@cbp.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Department of Homeland Security under Customs and Border Protection (DHS-CBP) is planning a major construction effort for the San Juan Customs House, in San Juan, Puerto Rico.� This effort was initiated by previous Hurricane Maria.� In accordance with FAR Part 36.204, the estimated dollar value is over $10 million. The future contractor will construct and improve the San Juan Customs House in accordance with Government provided engineering drawings and specifications. �Major work items relating to this construction effort are shown below.� This is an abbreviated list of work task items provided only for this Sources Sought: Repair exterior fa�ade of the facility including all necessary Terra Cotta tile repairs. Repaint exterior fa�ade of the facility. Replace all exterior windows and doors (ballistic). Repair guttering and downspout system. Replace parking lot, including all bumpers, speed bumps and striping/markings. Update landscaping around facility. Replace flagpoles and introduce a new landscaped area in vicinity. Repair erosion of seawall area. Replace guard shack. Renovate existing perimeter guard shacks to former conditions. Repair or replace all exterior security/ornamental fencing. Replace 2nd Floor interior courtyard flooring materials. Repair courtyard fountain. Repair all interior structural concrete spalling and degradation of the 1st Floor concrete ceiling (2nd Floor). Install new HVAC system with exposed ductwork system, where applicable. Install new Electrical system including MDP�s, subpanels, etc. Install new Fire Protection system. Install new Plumbing system, salvaging interior piping only where applicable. Repair all interior walls that will remain. Construct new interior walls as needed per 100% construction drawings for new space layout plan. Construct new Seizure Vault. Repair all existing wood trim, casework, shelving, etc.� Refurbish to new condition. Install new flooring in many areas.� Refinish historic floor tile where applicable. Install new interior building signage package. Install new Physical Security Systems � IDS, Duress, Access Control, CCTV, strong walls for LAN rooms and other secure storage needs. Install new fuel containment tank for Emergency Generator (72-hour run time requirement). Refurbish broker area including new Cashier�s Office area. Furnish and install a new furniture package. Replace all interior doors and windows, including full hardware package keyed to CBP master-key system (used across the island). OIT equipment package for LAN Room and all satellite COMMS/Electrical rooms. New telephone system. All construction work related to retaining the historic fabric of the building shall be coordinated through the CBP Environmental/Historical Specialist and the local SHPO, and shall conform to the Secretary of the Interior�s Guidelines for Rehabilitating Historic Buildings. The project will be implemented using the North American Industry Classification System (NAICS) Code 236220 under�Commercial and Institutional Building Construction. This industry comprises establishments primarily responsible for the construction (including new work, additions, alterations, maintenance, and repairs) of commercial and institutional buildings and related structures. Specific objectives for such a project may include: DHS-CBP is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide the construction services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 236220 ($39.5 million Size Standard in millions of dollars according to https://ecfr.io/Title-13/pt13.1.121#se13.1.121_1201 , and has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy for a possible Request for Proposal (RFP), to be issued at a later date, and in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized. If full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice. Submission Instructions: Capability Statements via email at:� randall.s.johnston@cbp.dhs.gov� and gary.r.robertson@cbp.dhs.gov are due January 31st, 2020 at 5:00pm Eastern Standard Time to Randall Johnston and/or Gary Robertson via email and must include the information requested below. Capability Statements greater than ten (10) single pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. Respondents will not be notified of the results of the capability assessments. We appreciate your interest and thank you in advance for responding to the Sources Sought. Qualified firms shall submit a capability statement or statement of interest on company letterhead demonstrating the firm�s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following: Company Profile to include: Company name and address; Affiliate information: parent company, joint venture partners, and potential teaming partners; Year the firm was established and number of employees; Two points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at https://www.sam.gov/SAM/ : Small Business designation/status (must correlate with SAM registration): _____ Small business������ _____� HUBZone����� _____ WOSB _____ 8(a)������������������������������������������������ ����� _____ VOSB _____ SDVOSB�������������������������������������������������� ����������������������������������������� _____ Small Disadvantaged Business � Documentation of the company�s ability to obtain financing for a contract valued between (list estimated project cost range). Bonding capability. List at least two (2) current commercial or Government construction efforts within the last 5 years of similar size and scope that required historic preservation and coordination. � � � � � Your company must be able to read and understand the drawings and specifications provided, and interpret to a construction effort to completion. Please use the table below two document each construction effort completed successfully. Location of Construction Project (Customer name, city, state) Customer POC (name, phone #, email) Type of Construction project (building structure, bridge, commercial building) Dollar Value $ $ Include a brief statement as to why each project is relevant to this sources sought notice and other relevant information such as any teaming or joint venture partners. In addition, include proof of satisfactory past performance on the referenced projects. Additional comments: ___________________________________________________________ This information is true and correct to the best of my knowledge. ________________________________________��������������� ����������� ___________________ Signature�������������������������������������������������������������������� ����������������������� Date ________________________________________��������������� ����������� ___________________ Name/Title�����������������������������
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7392154596b149ab92ced5594630aef8/view)
 
Place of Performance
Address: SAN JUAN, PRI
Country: PRI
 
Record
SN05538548-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.