SOURCES SOUGHT
Z -- 1D70 Office Suite Renovation
- Notice Date
- 5/4/2022 11:46:07 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- WHSSSN22NH050422
- Response Due
- 6/6/2022 9:00:00 AM
- Point of Contact
- Nia Holloway, Myra M. Freeberg
- E-Mail Address
-
nia.m.holloway.civ@mail.mil, myra.m.freeberg.civ@mail.mil
(nia.m.holloway.civ@mail.mil, myra.m.freeberg.civ@mail.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. GENERAL This Sources Sought Notice (SSN) is for information and planning purposes only and should not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern�s qualifications to perform the work. To facilitate market research, the Government is looking to identify qualified sources under the North American Industry Classification System (NAICS) 236220, Commercial and Institutional Building Construction, with a corresponding size standard of $39.5m or NAICS 562910, Remediation Services, with a corresponding size standard of $22m. Responses from �all� sources is requested including Other than Small Businesses, Small Businesses, 8(a) Small Businesses, HUBZone Small Businesses, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-owned Small Businesses who are encouraged to respond. The term ""other-than-small"" business refers to any entity that is not classified as a small business. This includes: large businesses, state and local governments, and non-profit organizations. Small businesses are defined under the associated NAICS code and size standard.� If at least two qualified small businesses are identified during this market research stage, any competitive procurement that may result may be conducted as a small business set-aside.� Respondents are advised the Government is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module (https://piee.eb.mil/). However, responses to this notice will not be considered adequate responses to a solicitation/request for proposals. ELIGIBILITY REQUIREMENTS: Active Registration in the System for Award Management (SAM) database is required prior to award of any contract. Failure to be registered in the DoD SAM database may render your firm ineligible for award. Active SECRET Facility Clearance. The awardee will be required to obtain and maintain an active/current Facility Clearance (FCL) at the SECRET level on any subsequent contract.� For those contractors submitting as a Joint Venture (JV), either the JV must currently hold the required FCL or the JV partner that will perform the necessary secured work must hold the required FCL. WHS will not sponsor any Offeror for a facility clearance. PROJECT SCOPE WHS/AD is seeking capability information from interested capable contractors who can provide design-build construction services for the 1D70 Office Suite Renovation Project. The contractor will be required to provide all design, labor, materials, equipment, quality control, and supervision needed to accomplish hazardous material removal, asbestos abatement, demolition, and construction to renovate and update administrative and office spaces. The place of performance is a secure facility in Adams County, PA. The anticipated period of performance is 720 calendar days from notice to proceed (NTP). Pursuant to FAR 36.204(g), Disclosure of the Magnitude of Construction Projects, the estimated price is between $5,000,000 and $10,000,000. The key task elements include: 100% Issue for Construction (IFC) Documents and As-Built Drawings (i.e. record drawings) Hazardous Material (HAZMAT) identification/abatement, including Asbestos Containing Materials (ACM), Silica Dioxide, lead paint, mercury containing light bulbs, polychlorinated biphenyl (PCB) containing ballasts and any other materials of concern that may require special handling, transport, and/or disposal. Demolition of specified building systems and components, including, but not limited to, Mechanical, Electrical, Heating/Ventilation/Air Conditioning (HVAC), Fire Protection, Telecommunication infrastructure, lighting, plumbing, roof, walls, ceiling, doors, and floors. Renovation and upgrade of specified building systems and office spaces, including, but not limited to Mechanical, Electrical, HVAC, Fire Protection, Telecommunication infrastructure, lighting, plumbing, roof, walls, ceiling, doors, and floors. Commissioning responsibilities during both design and construction phase. RESPONSE REQUIREMENTS: Submission Requirements:� Interested, capable firms should complete the attached information form and capabilities questionnaire, including up to three (3) recently completed (i.e. within seven (7) years from the original publish date of this notice) or in-process projects via e-mail to nia.m.holloway.civ@mail.mil and myra.m.freeberg.civ@mail.mil no later than 12:00 pm, ET on 6 June 2022.� Please no phone calls. WHS will not answer questions and will not acknowledge receipt of responses to this Sources Sought Notice. Format: The capability questionnaire/statement has a maximum page limitation of 12 typed pages (excluding Appendix A) that are single spaced using no smaller than 11 pt Times New Roman or Arial font, within an 8.5 by 11-inch page size.� No hard copy or facsimile submissions will be accepted.� Cover letters and extraneous materials (brochures, etc.) will not be considered. Responses should follow this format and be submitted electronically as one complete document. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. The WHS review team responsible for assessing responses received from this sources sought notice may find it necessary to obtain additional information/further clarification from firms responding to this notice. Requests for additional information/clarification may be in the form of brief verbal communication by telephone, written communication, or electronic communication. In addition, firms who respond to this sources sought notice may be invited to present their capability information to the WHS review team. Information Protection: It is not the intent of WHS/AD to publicly disclose vendor proprietary information obtained during this market research effort. To the full extent that it is protected pursuant to the Freedom of Information Act (FOIA) and other laws and regulations, information identified by a respondent as �Proprietary or Confidential� will be kept confidential.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5a93eda5f63a449eb87ba6b72f74a0f5/view)
- Place of Performance
- Address: Fairfield, PA 17320, USA
- Zip Code: 17320
- Country: USA
- Zip Code: 17320
- Record
- SN06317692-F 20220506/220504230114 (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 |