SOURCES SOUGHT
Y -- Design / Build Repair and Alteration Project at the U.S.
- Notice Date
- 5/19/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
- ZIP Code
- 30303
- Solicitation Number
- GS04P16BVC7007
- Point of Contact
- Rosalind Cherry, Phone: 4043315461
- E-Mail Address
-
rosalind.cherry@gsa.gov
(rosalind.cherry@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND ACQUISITION PLANNING PURPOSES (SMALL BUSINESS CONCERNS ONLY). This is not a request for quote or proposal. This notice does not constitute a commitment by the Government to issue an RFP, RFQ, contract or order. The Government will not pay for any effort expended or any material provided in response to this annoucement. Requests for a solicitation will not receive a response. This Sources Sought Notice is being issued by the General Services Administration for Design Build Services for the District Courthouse in Pensacola, Florida. The District Courthouse is a 5 story building with a total of 69,015 usable square feet. The scope of the proposed project will include alterations to the District Courthouse that will correct the water intrusion issues in the building by replacing the building's façade, installing a new standing seam metal roof system, repairing structural damage to the building caused by the water intrusion, and completely abating the presence of mold created by the water intrusion. Interior finishes throughout the building damaged by the water intrusion will also be replaced. GSA will also take the opportunity during the façade repairs to install a new security blast protection system to the exterior. In addition, the renovation will address the modernization of the outdated fire safety system and the HVAC system by adding additional VAV boxes and a new BAS system to better control the interior humidity. The existing restrooms in the building will also be upgraded, including the installation of floor drains and replacement of wall finishes, and new Architectural Barriers Act Accessibility Standard (ABASS) compliant unisex restrooms will be installed on each floor to meet GSA's P-100 requirements. Grounds and approaches will be repaired after façade demolition and replacement, parking will be repaved, and waterproofing and drainage will be installed on the site. 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. Small businesses including business in all socio-economic categories that are certified and qualified under the North American Industry Classification System (NAICS) Code: 236220 (Size Standard is $36.5 million) are encouraged to respond. All firms and prime contractors during 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. The estimated design-build construction cost range is between $20,000,000 - $30,000,000 and period of performance is from date of Notice to Proceed through June 2019. If you are an interested firm please provide Written Letter of Interest, Company brochure or literature (if available); and a Response to the following questions (No more than 2 pages) by 12:00 pm EST, May 26, 2016 (depending on issuance of Sources Sought) to Rosalind Cherry via email at rosalind.cherry@gsa.gov. Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses. Questions: 1. Is your firm a small business? 2. Is your firm capable of providing Repair and Alteration work that includes the remediation of mold, the replacement of the building facade (envelope) and the installation of new BAS, fire and lighting systems. The written Letter of Interest must contain the following elements at a minimum: 1. Contractor's name, address, point of contact, phone number and email address. 2. Tax Identification Number and DUNS no. 3. North America Industry Classification System (NAICS) code(s) under which the company operates. 4. Contractor's Bonding Capacity estimated at $30,000,000 in the form of a letter from Surety per contract and aggregate amounts. The Government will review each response and will use the information it receives in response to this sources sought notice a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality and delivery.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS04P16BVC7007/listing.html)
- Place of Performance
- Address: 1 North Palafox Street, Pensacola, Florida, 32502, United States
- Zip Code: 32502
- Zip Code: 32502
- Record
- SN04123460-W 20160521/160519235116-0cd6c2d6f13371e7208a115b7502afb9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |