Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SOURCES SOUGHT

Y -- CMc Services for the Philadelphia Custom House Mechanical & Plumbing Renovation Project, Philadelphia, PA

Notice Date
6/18/2020 8:43:49 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
PBS R3 PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
CMc_Services_US_Custom_House_Mechanical_and_Plumbing_Renovation_Philadelphia_PA
 
Response Due
7/3/2020 1:00:00 PM
 
Archive Date
07/18/2020
 
Point of Contact
Stephen N Kohri, Phone: 2153565457
 
E-Mail Address
stephen.kohri@gsa.gov
(stephen.kohri@gsa.gov)
 
Description
Description: 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 (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, interested small businesses, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) that would be interested in submitting offers for this anticipated solicitation for Construction Manager as Constructor (CMc) Services for the Philadelphia Custom House Mechanical and Plumbing Renovation, Philadelphia, PA. The location of performance is: Philadelphia Custom House 200 Chestnut Street Philadelphia, PA� 19106 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 setting aside this contemplated acquisition for small businesses. 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: This scope of services is for Construction Manager as Constructor (CMc) Services to manage and execute a construction project utilizing the Construction Manager as Constructor (CMc) project delivery method. The Government contemplates the use of a Construction Manager as Constructor (CMc) Guaranteed Maximum Price with Construction Contingency Allowance and Shared Savings contract. The Construction Manager as Constructor (CMc) project delivery method is sometimes also known as the Construction Manager at-Risk project delivery method. The United States Custom House, completed in 1934, was designed by Ritter and Shay, one of the principal early 20th century architectural firms in Philadelphia. The distinctive skyscraper, designed with Art Modern and Art Deco detailing, provided Philadelphia, the nation's largest freshwater port, with a new building for this port of entry. The seventeen-story tower blends into the neighboring three and four-story historic streetscape with a square three-story, limestone clad base from which rises a brick-clad tower in cruciform plan with a central vertical fivebay limestone face on each facade. These upper stories step back again in four sections. The building's domestic water piping has experienced multiple failures over the last five years. The building is a significant historical landmark containing multiple historic architectural and art installations that could potentially be irreparably damaged if another water release event was to occur. The project will consist of a modernization of the HVAC system and major plumbing repair and upgrades. It will also include electrical, fire safety and BAS upgrades to accommodate these systems. It will incorporate sustainable design principles and innovative technologies. GSA intends for the building to be occupied for the duration of the design and construction project, with available swing space within the building for affected agencies during construction. This construction will be a Construction Manager as Contractor (CMc) delivery method. Size Standard: The applicable NAICS code is 238220, Plumbing, Heating, and Air-Conditioning Contractors, and the small business size standard is $16.5 million. Magnitude of Construction: The order of magnitude for the contemplated acquisition is between $70,000,000 and $85,000,000.00. 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) Identification, including name, address, phone number, email and DUNS number, and status as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Required experience to be considered as a viable source for the contemplated acquisition includes experience in delivering services during both the design and construction phase for projects with a Guaranteed Maximum Price (GMP) contract awarded to your firm as prime contractor utilizing the Construction Manager as Constructor (CMc) project delivery method. The work should include managing multiple subcontractors, working in occupied office buildings, dealing with sensitive customers, and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued at $50,000,000 at a minimum, and have been completed within the past five (5) years. Include your firm's experience with ""open book accounting."" The response should include, but is not limited to, a contract number, location, agency/owner, dollar value (inclusive of changes), contract type, project delivery method, a description of the work, including how it is similar to the contemplated procurement, and an owner point of contact to include an email address and telephone number. 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 three (3) completed contracts which meet the criteria above. (3) Describe your firm's ability to obtain a bid bond of up to 20% of the maximum order of magnitude and performance and payment bonding of 100% of the maximum order of magnitude. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) 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 Mr. Stephen Kohri, Contracting Officer. Please email your response to Stephen.Kohri@gsa.gov by July 3, 2020, 4:00pm, 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
SAM.gov Permalink
(https://beta.sam.gov/opp/a44282cc367d41579993fd8603996972/view)
 
Place of Performance
Address: Philadelphia, PA 19106, USA
Zip Code: 19106
Country: USA
 
Record
SN05696298-F 20200620/200618230203 (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.