SOURCES SOUGHT
Z -- Bean Backfill CMc
- Notice Date
- 2/4/2020 8:14:11 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R5 CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- 47PF0020R0026
- Response Due
- 2/11/2020 2:00:00 PM
- Archive Date
- 02/26/2020
- Point of Contact
- Matthew Nelson, Phone: 3472445147, Jennifer E. Styzek, Phone: 3123531214
- E-Mail Address
-
matthew.nelson@gsa.gov, jennifer.styzek@gsa.gov
(matthew.nelson@gsa.gov, jennifer.styzek@gsa.gov)
- Description
- The General Services Administration (GSA) is seeking a Construction Manager as Constructor (CMc) throughout the design, construction, and closeout stages of the Backfill of vacant space at the Major General Emmett J. (MGEJ) Bean Federal Center (MGEJ Bean Center) located at 8899 East 56th Street in Indianapolis, Indiana. GSA is issuing a sources sought for the following interior office renovation project, to determine the interest, availability, and capability of Small, Service Disabled Veteran Owned, 8(a), HUBZone, and Woman Owned Small Business firms. The NAICS code for this procurement is 236220. The estimated construction cost is over $45,000,000. The Bean Center was once part of Ft. Benjamin Harrison, a former military installation and was originally constructed for use as a records storage facility. Ft. Benjamin Harrison closed in 1995 and ownership of the building was transferred from the Department of Defense (DoD) to the GSA in October of 1996. The building is 3-stories tall and approximately 1.66 million gross square feet. It was modernized and renovated in 2003 for its current use as an office building. The proposed project intends to renovate 160,000 to 200,000 square feet, on the 1st and 2nd floors, to meet the needs of new Customers who will be relocating to the building from leased space in addition to relocating smaller, existing tenants within the building to accommodate contiguous space for the new Customers. Currently Customs and Border Protection (CBP) and U.S. Marine Corps (USMC) will ultimately occupy the majority of this square footage. The proposed construction spaces will be vacant, however the building will be occupied by other tenants during the work performance period(s). Hazardous material abatement/remediation will be required as part of these renovations.� The CMc shall be a member of the project development team during design, construction and Turnover/Closeout stages. The CMc selected for this project shall work along with the GSA and the GSA's selected team, including the Architect and Engineer (A/E) firm and the Construction Manager as Agent (CMa). The services requested of the CMc will be limited during the design stage, but will cover a wide range of activities during construction and turnover/closeout stages, such as constructability reviews, cost estimating, work phasing reviews, scheduling and general construction services. The CMc is at risk and is responsible for the administration of the construction stage and involvement in both project development and closeout stages. It is anticipated the Request For Proposal (RFP) will be posted to the System for Award Management (https://beta.sam.gov/) in April 2020 with award in the fall of 2020. The awardee will be required to undergo the security clearance process. The full extent of the work will be described in the solicitation when it is posted. No other information will be available before the solicitation is posted. This is a SOURCES SOUGHT ANNOUNCEMENT for planning purposes only. Market research is being conducted to determine which firms have the capabilities and experience to perform the required work. All interested parties should submit a capabilities package to include business classification (i.e. SDVOSB, HUBZone, etc..), as well as examples of three projects completed within the last five years that included the scope of work specified above that will be required under this project, included phased work in an occupied space, and that had a total project cost in the same cost range estimated for this project. Please provide a customer point of contact for each project listed. Responses must be received by 4:00 PM CST on February 11, 2020. Responses should be sent to the Contract Specialist at matthew.nelson@gsa.gov.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1e8e0b4b5936439eab20daffa927b7a3/view)
- Place of Performance
- Address: Indianapolis, IN 46249, USA
- Zip Code: 46249
- Country: USA
- Zip Code: 46249
- Record
- SN05552130-F 20200206/200204230141 (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 |