SOURCES SOUGHT
Z -- General Construction Services for the Capital Security Project in Hato Rey, Puerto Rico
- Notice Date
- 7/9/2020 10:22:45 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 OPERATIONS BRANCH C NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0320R0005
- Response Due
- 7/24/2020 2:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Winnie Eng, Douglas Tumbrello
- E-Mail Address
-
winnie.eng@gsa.gov, douglas.tumbrello@gsa.gov
(winnie.eng@gsa.gov, douglas.tumbrello@gsa.gov)
- Description
- THIS NOTICE IS A SOURCES SOUGHT NOTICE ONLY. This Notice is not a request for offers or proposals.This Notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of responsible firms that would be interested in submitting proposals in response to the anticipated solicitation. The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking qualified General Contractors (GC) interested in providing construction services for Security Improvements at the Clemente Ruiz-Nazario U.S.Courthouse (Nazario Courthouse) and the Federico Degetau Federal Building (Degetau FB). The buildings are located at 150 Carlos E. Chardon Street in Hato Rey, Puerto Rico which is on an existing 27 acre Federal campus located in the Hato Rey area of San Juan, Puerto Rico.� GSA intends to address security deficiencies that are affecting operations at the Degetau FB and Nazario Courthouse. The construction will impact approximately 27,000 square feet in new and renovated building areas, and approximately 58,000 square feet of site area. At the Degetau FB, the work will provide a new vehicle sallyport and one new elevator connected to a secure new corridor. At the Nazario Courthouse, the work will provide a repurposed elevator and a new secure corridor. The work includes a new surface parking layout. The resultant contract may include the following options, to be exercised at the Government�s discretion: Construction Option 1: One (1) elevator connected to a new secure corridor Construction Option 2: One (1) elevator connected to a new secure corridor Construction Option 3: A new twenty (20) car secure parking garage Construction Option 4: One (1) holding cell at the Degetau FB Construction Option 5: Three (3) Courtroom holding cells at the Nazario Courthouse Construction Option 6: A new three (3) car secure parking garage Construction elements include, but are not limited to: building construction services; new conveying systems; security equipment installation; mechanical, electrical and fire protection work; lighting renovations and additions; and hazardous material abatement. The contracting method that will be utilized for this project will be in accordance with FAR Part 15.1 � Source Selection Processes and Techniques. Under this process, the Government will select the proposal that represents the best value based on the evaluation of both the technical factors and the total evaluated price. For this procurement, the technical factors will be equal to price. The Estimated Construction Cost Range for this project is between $10,000,000 to $15,000,000. The estimated period of performance is 566 calendar days after issuance of the Notice to Proceed. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $39.5 million in annual receipts averaged over a company�s last three (3) completed fiscal years. Under this Sources Sought announcement, the Government is seeking information on experienced GCs that are interested in this project. This information is intended to assist the Government with market research and acquisition strategy planning. If you are an interested GC, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (4 page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. Has your firm provided GC services for at least three (3) building construction projects of a minimum value of $10,000,000 in the past ten (10) years? Provide a brief narrative that demonstrates your firm's capabilities providing construction services. Does your firm have the Bonding Capacity for a project over $10,000,000? If yes, state your maximum bonding capacity. Has your firm worked on a project that involved in: the renovation of mechanical systems for existing building structures? If yes, state whether the buildings were occupied during construction. a multi-phased construction to allow for an operational site? the installation of new elevators? the installation of access control systems? the integration of new mechanical and lighting systems with Building Automation System controls?� Building Information Modeling implementation as part of the as-built requirements? maintaining a construction schedule during off-hours? Indicate if your company meets the small business size standard for NAICS 236220, otherwise indicate if you are a large business. Indicate any and all applicable small business representation(s): Small Business, Small Disadvantaged business, HUBZone small business, Veteran-Owned small business, Service-Disabled Veteran-Owned small business, and/or Woman-Owned small business. Submission Instructions: ?Please submit Letters of Interest along with the capability statements by 5:00pm EST on July 24, 2020 to Winnie Eng, Contracting Officer, with a copy to Douglas Tumbrello, Contracting Officer. All responses must be submitted via email to ?winnie.eng@gsa.gov and ?douglas.tumbrello@gsa.gov?. Telephone inquiries will not be accepted or acknowledged.� No feedback or evaluations will be provided to firms regarding submissions. No paper submissions will be accepted. For informational purposes?: All offerors are required to have an active registration in SAM (?www.sam.gov?) at the time of offer submission. Note: ? All information furnished to the Government in response to this notice will be used for review and market research purposes only. Responses provided will not exclude interested parties from future related procurement activity. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a96ed2382d6a4e71959f37464949ffc5/view)
- Place of Performance
- Address: San Juan, PR 00918, USA
- Zip Code: 00918
- Country: USA
- Zip Code: 00918
- Record
- SN05716891-F 20200711/200709230145 (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 |