Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2025 SAM #8782
SOURCES SOUGHT

Z -- General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY

Notice Date
12/10/2025 9:46:17 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH NORTHEAST Washington DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
47PB5126R0005
 
Response Due
1/9/2026 12:00:00 PM
 
Archive Date
01/24/2026
 
Point of Contact
Lisa Zalar
 
E-Mail Address
lisa.zalar@gsa.gov
(lisa.zalar@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
THIS NOTICE IS A SOURCES SOUGHT SYNOPSIS 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. This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only and to gain knowledge of qualified and interested sources. There is no additional solicitation information available at this time. General Information The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery - Capital Construction Division, is seeking a qualified General Contractor (GC) who can provide full Construction Services for a Water Infiltration Remediation project - Phase II, located at the Alexander Hamilton U.S. Customs House, 1 Bowling Green in New York, NY. The building is listed on the National Register of Historic Places. This work is Phase II of a major Repair and Alteration project, addressing building deficiencies at the Customs House. This Notice contemplates the procurement effort for Phase II, which includes fa�ade restoration, roof replacement, window replacement, skylight, rotunda ceiling repair, and fine arts mural and sculpture restoration. The GC will be selected through a best value procurement method developed in accordance with FAR Part 15.1 � Source Selection Processes and Techniques. The Government must ensure that there is adequate capability, experience and competition among the potential pool of responsible contractors. This procurement will be conducted under North American Industry Classification System (NAICS) Code 236220--Commercial and Institutional Building Construction. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $39,500,000. GSA anticipates the award of a GC contract at a firm-fixed price. This award is subject to the availability of funds. This award will require a Project Labor Agreement (PLA). The period of performance for the proposed contract will be for approximately two hundred and ten (210) weeks for the GC construction phase II. The magnitude of construction for this project is between $70,000,000 and $80,000,000. Notice To Proceed (NTP) for construction is anticipated to be February of 2027. Scope Summary The GC contractor must be able to demonstrate experience in historic preservation. Construction work includes all necessary labor, equipment, materials, supervision, management and administration to provide the water infiltration remediation scope as designed, including but not limited to the replacement of slate roof, dormers, copper dome, windows, skylights, roof, guastivaino tile restoration, and conservation of sculpture and rotunda mural. Responses If you are an interested general contractor, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following information (five page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm�s capability to perform this project. 1) Name of your company, Unique Entity Identifier (UEID), address, point of contact with phone number and email address, and website (if available). 2) Provide your company�s business size for the assigned NAICS code, which can be located at the Small Business Administration (SBA) website; www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business. 3) Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least three (3) similar historic renovation and interior construction projects of similar size and complexity completed within the past six (6) years, including project delivery method utilized for each project, customer names and phone numbers, timeliness of performance, and dollar values of the projects. 4) Please specify your maximum aggregate bonding capacity and your bonding capacity for a single project. 5) If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each. 6) Does your firm have any experience working with PLAs? _____ Yes, _____ No. If yes, please describe your experience with PLAs. 7) Would your firm still be interested in submitting a proposal if a PLA was required on this project? _____ Yes, _____No. 8) If you answered no, why not? 9) If you answered yes, based on your knowledge of the New York City labor market for large-scale construction projects, would you expect there to be an impact on your price proposal if a PLA was required by the government? _____ Yes, ___ No 10) If yes, please provide an explanation of exactly how a PLA would impact your price proposal (include only costs directly attributable to the use of PLA). What would be the estimated price differential caused by including a PLA _____ 0-5%, _____ 5-10%, _____ 10-15%, _____ or >15% _____. Submission Instructions: Please submit your company�s Capability Statement by 3:00pm EST on January 9, 2026 to Lisa Zalar, GSA Contract Officer, at lisa.zalar@gsa.gov. All responses must be submitted via email. No paper submissions will be accepted. Please use the Subject line �Sources Sought Response- AHCH-GC- Phase II- COMPANY NAME� For informational purposes: All offerors are required to have an active registration in the System for Award Management (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://sam.gov/workspace/contract/opp/84a6627b83af4b2f8d16db8ca9e239a3/view)
 
Place of Performance
Address: NY 10004, USA
Zip Code: 10004
Country: USA
 
Record
SN07662539-F 20251212/251210230041 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.