SOURCES SOUGHT
R -- Construction Management Support Services, Major Construction Build, SE Washington, DC
- Notice Date
- 2/8/2023 2:51:22 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R11 CONSTR CTR 2 WASHINGTON DC 20407 USA
- ZIP Code
- 20407
- Solicitation Number
- EQWPC-23-CMaSS
- Response Due
- 2/22/2023 9:00:00 AM
- Archive Date
- 03/31/2023
- Point of Contact
- Bonnie E Echoles, Phone: 2024412912
- E-Mail Address
-
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- DESCRIPTION:� SOURCES SOUGHT NOTICE Market Research (SMALL BUSINESS CONCERNS ONLY): This is a Sources Sought Synopsis announcement only; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. This is request for information/market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a request for qualifications. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Small Disadvantaged, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate. This Sources Sought Notice is being issued by the General Services Administration for Construction Management (CMa) Services. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. This Notice seeks information to assist the Government in locating potential sources with the ability to satisfy its requirement.� The anticipated period of performance for this non-severable service contract would consist of a base of one (1) year from the date of contract award, and four (4) additional one full year options, to be exercised at the discretion of the GSA, for a potential total contract duration of five (5) full years from the contract award.� The Estimated cost range is between $20 - $30 million. Small businesses including businesses in all socio-economic categories that are certified and qualified under the North American Industry Classification System (NAICS) Code: 236220� (Size Standard is $39.5 million)� are encouraged to respond.� All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract. SCOPE:� The proposed procurement is for a construction manager as the government's agent (CMa), commissioning consultant, and other professional services which may include but not limited to, pre-planning, programming, design management, design review, procurement support, construction management, post-construction support, and operations and maintenance support services. The General Services Administration (GSA) intends to design and construct a combination of new construction and adaptive reuse of existing historic buildings for executive level headquarters, subsurface parking structures and site infrastructure/civil work. The site is on a secure Level V campus setting of approximately 176 acres and is a National Historic Landmark (NHL) site containing primarily office space and parking structures with some special buildings for conferences and food service. The CMa is hired as an extension of GSA and is part of the team to help represent GSA, assist with budget and finance, programming presentations, reports, purchasing studies, and contracting documentation. The CMa oversees the work of the designer by providing design reviews, cost estimating, and code and constructability reviews. During construction, the CMa is at the jobsite providing everyday oversight of the many construction efforts, which includes document control, jobsite inspections, change order management, punch list inspections, submittal evaluation and processing, Request for Information (RFI) management, schedule and fragnet reviews, coordination with security personnel for site access, coordination of technical security inspections, commissioning services, and other related activities. INTERESTED PARTIES ARE TO SUBMIT THE FOLLOWING INFORMATION: If you are an interested firm, please provide a Written Letter of Interest, company brochure or literature (if available), and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. (Maximum 10 pages): A. Is your firm a Small Business? If yes, please acknowledge all socio-economic indicators that apply: ? SB -Small business concerns ? 8(a) -SBA Certified 8(a) Participant ? SOB -Small business concerns owned and operated by socially and economically ? Disadvantaged individuals ? WOSB -Small business concerns owned and controlled by women ? HubZone -Qualified HUBZone small business concerns ? SDVOSB -Small business concerns owned and controlled by service-disabled Veterans ? VOSB -Small business concerns owned and controlled by veterans (Non Service-disabled) B.��� Provide Response/Information to the following CRITICAL ELEMENTS of this notice Indicate whether your company can perform all of the work described in the scope with specific regard to the required components. � � � �2. Indicate your company's experience and direct responsibility on a project/program of similar size, duration, complexity of scope, and price. (include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers) C.� � � The Written Letter of Interest must contain the following elements, at a minimum: 1. Name and address of company (inclusive of phone and fax numbers). 2. Name and email address of Individual within the company who will be the contact person, if the Government requires additional information. 3. SAM Unique Entity ID (UEI): 4. North American Industry Classification System (NAICS) code(s) under which company operates. NOTE:� By submitting information in response to this Notice, submitters of such information impliedly consent to the release and dissemination of submitted information to any Government or non-Government entity to which GSA releases and disseminate for review. As such, to the extent that any information submitted in response to this Notice is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this Notice constitutes consent to such handling and disclosure of submitted information. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Potential small business sources are invited to SUBMIT information requested above VIA EMAIL to Bonnie Echoles, Contracting Officer, at bonnie.echoles@gsa.gov.��� NO LATER THAN 12:00 PM EST on February 22, 2023. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. GSA will not acknowledge receipt of responses to this Notice. Email response is preferred. Email Subject Line must read as follows: SOURCES SOUGHT RESPONSE FOR CM Support Services. RFIs regarding this notice will not be entertained.� Expressions of interests received after this date and time will not be reviewed.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81cb1e5005644581b651251a9334fb83/view)
- Place of Performance
- Address: Washington, DC 20032, USA
- Zip Code: 20032
- Country: USA
- Zip Code: 20032
- Record
- SN06586450-F 20230210/230208230112 (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 |