Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

Z -- Alton Lennon Courthouse Disaster Relief Project

Notice Date
2/13/2020 11:06:13 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
EAM_AltonLennon_SourcesSought2132020
 
Response Due
2/28/2020 1:00:00 PM
 
Archive Date
03/14/2020
 
Point of Contact
Emily Acedo-Malaney, Phone: 2154464993, Raymond Porter, Phone: 2157563439
 
E-Mail Address
emily.acedo-malaney@gsa.gov, raymondj.porter@gsa.gov
(emily.acedo-malaney@gsa.gov, raymondj.porter@gsa.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� NO AWARD WILL BE GENERATED FROM THIS NOTICE. 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. The General Services Administration (GSA), Public Buildings Service, Region 3, is seeking information on technically capable, and otherwise responsible, construction firms; including large and small businesses for the anticipated solicitation for the Disaster Relief Project at the Alton Lennon Courthouse in Wilmington, NC.�� The location of performance is: Alton Lennon Courthouse� 2 Princess Street Wilmington, NC� 28401 � 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: GSA intends to solicit and award a general construction contract for construction services to perform repairs to the existing building envelope, repair and replace the MEP systems, and remediate and restore the building�s interiors.� This project is a disaster relief project in response to Hurricane Florence that made landfall in Wilmington, NC on September 15, 2018 which caused water infiltration and loss of power at the building. The intent of this project is to expedite the schedule as much as possible to have all government agencies be able to reoccupy the building safely.� 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 $40,000,000 and $50,000,000.00.� 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 a viable source for the contemplated acquisition includes contracts awarded to your firm as the general contractor for projects which involve managing multiple subcontractors and coordinating work involving numerous construction disciplines.� Your firm should provide information regarding experience with the construction procurement method known as Construction Manager as Contractor (CMc) which includes open book accounting, participating in value engineering sessions, and working on early work packages while the Guaranteed Maximum Price is being finalized.� Your experience should include working in historically significant buildings and being cognizant of the sensitivity of the building�s mission and the affected stakeholders. Projects of such a nature must be valued in the provided order of magnitude ($40,000,000 - $50,000,000).�� Your response should address experience with the following scope items in a historically significant building:�� abatement of hazardous materials and mold remediation roof replacement� envelope and facade restoration window and door repairs/replacement� MEP repairs and replacement and emergency power service for new equipment fire and life safety improvements interior finishes repairs and rehabilitation� Your response should document how your firm can meet these requirements and must provide specific contract information to include:� contract number, location, agency/owner, dollar value (inclusive of all changes), a description of the work, construction procurement method, and a client point of contact (email and phone number) for each award.�� Work performed as a subcontractor shall not be considered as evidence of the capability to succeed as a prime contractor. Please limit your response to no more than seven (7) completed contracts within the last ten (10) years which meet the criteria above. Capability Statements should not exceed 7 pages. (3) Evidence of your firm�s ability to obtain performance and payment bonds up to the maximum order of magnitude. The maximum order of magnitude is $50,000,000.00 for a single contract.� (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 on the Contract Opportunities Website at https://beta.sam.gov. 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 Emily Acedo-Malaney, Contracting Officer.� Please email your response to emily.acedo-malaney@gsa.gov� by February 28, 4:00 PM, Eastern Time.���
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba94c4039bc6440c881650ae9a42864a/view)
 
Place of Performance
Address: Wilmington, NC 28401, USA
Zip Code: 28401
Country: USA
 
Record
SN05562264-F 20200215/200213230140 (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  © 1994-2020, Loren Data Corp.