SOURCES SOUGHT
Z -- Construction Manager as Constructor (CMc) Services for the Phase II Renovation Project at the Centers for Medicare and Medicaid Services (CMS) Headquarters in Woodlawn, MD
- Notice Date
- 11/3/2020 8:15:26 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R3 PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- RJP_CMS_47PD0221SS_01
- Response Due
- 11/17/2020 11:00:00 AM
- Archive Date
- 12/02/2020
- Point of Contact
- Raymond J. Porter, Phone: 2157563439
- E-Mail Address
-
raymondj.porter@gsa.gov
(raymondj.porter@gsa.gov)
- Description
- This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.� Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement. Description: 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 Phase II Renovation Project at the Centers for Medicare and Medicaid Services (CMS) Headquarters in Woodlawn, Maryland. 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 the extent it will be competed. 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) clause 52.219-8, Utilization of Small Business Concerns. General Description of Scope of Services: The General Services Administration (GSA) intends to renovate portions of the Headquarters facility for the Centers for Medicare and Medicaid Services (CMS) in Woodlawn, MD.� The planned project delivery method is a Construction Manager as Constructor (CMc). �The CMS Headquarters facility consists of 4 buildings, North (N), South (S), Central (C), and Warehouse (W).� The building was constructed from 1993 to 1995. The general scope of the project, referred to as Phase II of the CMS Back on Campus effort, includes renovations on the 2nd floor of the central building, south floor lower level, and central lower level, totaling approximately 40,000 sq. ft. space. The project also includes renovations to the CMS Screening Station and lobby on the first floor central building. The space being renovated can be broken into 4 major areas: Central Building Floor 2 South Lower Floor Central Building Lower Level Union Space Main lobby 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 location of performance is: Centers for Medicare and Medicaid Services 7500 Security Boulevard Woodlawn, Maryland 21244 Size Standard: The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million. Magnitude of Construction: The order of magnitude for the contemplated acquisition is between $10,000,000 and $20,000,000. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR Subpart 15.3 to select the firm 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, the 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), SDVOSB or 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 contract awarded to your firm as prime contractor utilizing the 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 in the provided order of magnitude, at a minimum, (between $10,000,000 and $20,000,000) 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) Evidence of the ability to obtain performance and payment bonds up to the maximum order of magnitude described above. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal 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). Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published in the Federal Business Opportunities. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer. Interested firms should submit a Letter of Interest in PDF or Word format with the above requested information to Raymond J Porter, Contracting Officer. Please email your response to raymondj.porter@gsa.gov by Tuesday, 17�November 2020 2:00pm, Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1af471c8ea1d4d808e8c3564d5d59ff9/view)
- Place of Performance
- Address: MD 21244, USA
- Zip Code: 21244
- Country: USA
- Zip Code: 21244
- Record
- SN05845191-F 20201105/201103230144 (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 |