SOURCES SOUGHT
Z -- Elevator Modernization Frank Hagel Federal Building, Richmond, Ca
- Notice Date
- 4/13/2020 6:02:35 PM
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- PBS R9 ACQ MGMT DIV PROJECTS BRANCH SAN FRANCISCO CA 94102 USA
- ZIP Code
- 94102
- Solicitation Number
- 47PK0120R0006
- Response Due
- 4/30/2020 3:00:00 PM
- Archive Date
- 05/15/2020
- Point of Contact
- Shelita Harper, Phone: 4152642517, Fax: 4155223112, Gary Kaplowitz, Phone: 4155222661
- E-Mail Address
-
shelita.harper@gsa.gov, gary.kaplowitz@gsa.gov
(shelita.harper@gsa.gov, gary.kaplowitz@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE SMALL BUSINESS GENERAL CONSTRUCTION CONTRACTOR ELEVATOR MODERNIZATION FRANK HAGEL FEDERAL BUILDING RICHMOND, CA. � THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. This is not a request for offers, proposals, quotations or invitations for bids or proposals.� This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources. The Government is not obligated to and will not pay for information received as a result of this announcement.� A� Requests for a solicitation will not receive a response. The General Services Administration (GSA), Region 9, PBS is conducting a sources sought to seek qualified and experienced small business contractors with Elevator Modernization experience to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining whether a set-aside is possible or whether full and open competitive procedures should be utilized. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. ANTICIPATED PROCUREMENT REQUIREMENTS This Renovation & Alterations project proposes to modernize and upgrade (8) passenger elevators and (2) freight elevators for Social Security Administration (SSA), at the Frank Hagel Federal Building in Richmond, Ca.� The intent of the project is to modernize the elevator to improve performance and safety. The elevators will be brought into compliance with the most current versions of ASME A17.1 - Safety Code for Elevators and Escalators, NFPA 70 - National Electric Code, the Americans with Disabilities Act (ADA), and any other applicable codes.� The construction contractor will be responsible for providing all management, design and engineering, materials, equipment, labor and other items necessary to upgrade/modernize the elevators.���This effort includes, but is not limited to:� All elevators will be an AC Gearless Regenerative Drive system, with the following features: New controllers and in car call panels for passenger and service elevators; Updated door operators and wiring or all elevators; New car emergency safeties, switches and accessories for passenger and service elevators; New stainless steel passenger and service elevator doors; New stainless steel cladding for passenger and service door entry frames; Aluminum diamond plate floor for Service Elevators; Rough-in of cable for future cameras inside passenger elevators; Rough-in of cable for future passenger elevator card scanners; New hall call fixtures (wall-mounted touch screen kiosks for Destination Dispatch system for passenger elevators); New hall lanterns for passenger and service elevators; New service elevator cabs with stainless steel: 5WL finish with doghouse to accommodate 10�-12�high materials; Fire Dept. will have a separate control panel for emergency floor access; New governors, tail sheaves and ropes for passenger and service elevators; New hydraulic buffers and switches in pit for passenger and service elevators; Weighing and recording of one existing and new Service and Passenger car to assess and confirm compliance with the 5% rule on total suspended load; Service elevators to have added hall mounted card readers for O&M personnel only access; Service cars will be replaced with new cabs that have a doghouse at the top for transporting oversized equipment; Retrofit passenger and service cab and pit lights to LED type; NFPA 70 & 72 electrical panel and annunciator upgrades; New fire sprinklers in top of hoist way if/as required, relocation of sprinkler heads and/or replacement of heads to quick response type; Machine Room AC unit replacements to provide N+1 redundant capacity on a lead/lag and standby operation. New regenerative drive motor control for passenger and service elevators; � The project delivery method is Traditional Design Bid Build with 100% Construction Documents.� The construction work will be accomplished while the facility is fully operational throughout the construction of the project. This project may require some after hours and weekends work to be performed but the majority of work should be able to be accomplished during occupied building hours. The current normal occupied building hours are from 6:00a.m. to 6:00p.m. on weekdays and 6:00a.m.to 1:00p.m.on Saturdays and occasional Sundays. Security clearances are required of all GC Contractor staff and workers to be allowed on the job site. Coordination and timely scheduling of GC employee security clearances (HSPD-12) is a GC responsibility and is a contract requirement for the successful performance of this project. It will also be the responsibility of the GC to provide escort services if the contractor does not have a sufficient number of employees with security clearances to perform the work. � INTERESTED SMALL BUSINESS SUBMISSION REQUIREMENTS Firms interested in this effort must be able to demonstrate experience as a General Contractor on three similar projects as defined below: PAST PERFORMANCE ON SIMILAR PROJECTS are defined as a project that is similar in size, type and complexity.� To qualify as a SIMILAR PROJECT, the project must meet all three elements of size, type, and complexity as further defined here SIMILAR PROJECT is defined as a project that is similar in size, type and complexity.� To qualify as a SIMILAR PROJECT, the project must meet all three elements of size, type, and complexity as further defined here. To be considered similar in size projects must exceed $6,000,000 in construction cost and be completed within the last 5 years, be at least an elevator upgrade/modernization, and is at least 5 vertical stories.� To be considered similar in type project(s) must include renovation, alteration, school, museum, library or related facility with similar characteristics.� To be considered similar in complexity projects must include, but are not limited to, construction of fully occupied building, secured space with minimal disruption. This notice seeks only those small business sources under North American Industrial Classification System (NAICS) code 238290 Other Building Equipment Contractors with a size standard of $16.5 Mil. �If you are an interested small business firm, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Please provide proof (DUNS number, Central Contractor's Registration printout, certification letter from the Small Business Administration, etc.) that your firm is a Small Business in accordance with NAICS code 238290 size standard $16.5 Mil � Identify whether your firm is 8(a), Small Disadvantaged Business, Women-Owned Small Business, HUB-Zone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business. (For additional information on small business concerns visit www.sba.gov) � Please provide a narrative of your firm's experience as a primary general contractor and include at a minimum three (3) projects that addresses relevant scope as described above. The narrative shall address the salient features for each project and include a client reference contact for each project, including name, title, address, e-mail, phone, and fax numbers. � Letter from Bonding Company certifying that the small business firm has bonding capacity including current single and aggregate performance and payment bond limits in excess of $6.5M. � Each response shall be reviewed by the Contracting Officer for the purpose of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete a proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. In any Joint Venture or teaming arrangement the Lead Contractual firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern per FAR clause 52.219-14(b)(1) - Limitations on Subcontracting. All government contractors must be registered in the System for Award Management (SAM) prior to submitting an offer. You may access SAM at the following URL: https://www.sam.gov/portal/public/SAM/. Once you have registered with SAM, you will be required to register with Contract Opportunities (FBO) at https://beta.sam.gov/. No federal materials can be downloaded until you have registered under both sites. � Interested firms should submit their interest and provide the required documentation to this notice to Shelita Harper, Contracting Officer, via email only at shelita.harper@gsa.gov. For additional information regarding this potential opportunity, please contact the Point of Contact listed in this notice. The DUE DATE for responses is Friday April 30, 2020 by 3:00 PM Pacific Standard Time. This is NOT a Request for Proposal or Invitation for Bids and does not constitute any commitment by the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2f1a0a14170a4ce182bfc15c2b908c62/view)
- Place of Performance
- Address: Richmond, CA, USA
- Country: USA
- Country: USA
- Record
- SN05619637-F 20200415/200413230149 (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 |