Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 10, 2020 SAM #6768
SOURCES SOUGHT

Z -- Perimeter East Building Renovation and Upgrades Construction Project at the SSA Complex in Woodlawn, MD

Notice Date
6/8/2020 10:14:45 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_PEB_47PD0120SS_01
 
Response Due
6/22/2020 1:00:00 PM
 
Archive Date
07/07/2020
 
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 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. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. Description 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 Perimeter East Building Renovation and Infrastructure Upgrades at the Social Security Administration (SSA) Headquarters in Woodlawn, Maryland. The location of performance is: Social Security Administration 6201 Security Boulevard Woodlawn, Maryland 21235 This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There are no�specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to the extent it will be competed. 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 The Perimeter East Building 4th Floor Fit Out and Infrastructure Upgrades project is the second project to upgrade the office space in the building. The project includes providing a new fit-out of the fourth floor and the addition of two more stair towers to increase floor egress capacity for the upper floors. In addition the project may include�mechanical and electrical infrastructure upgrades to support the future optimization of the other floors of the building, an upgrade to the Building Automation System (BAS), and�a smoke exhaust system for the five story PEB atrium. Finally, the project may also include the modernization of an existing cafeteria in the building. Other goals for the project include but are not limited to the following items: creating an open and welcoming office environment; increasing daylight and exterior views for the occupants of the open office areas and breakrooms; creating more conference rooms and teaming areas; creating work areas with good acoustics; providing improved HVAC resilience by creating a building infrastructure to allow a floor quadrant to be served by an air handler unit (AHU) when that quadrant�s AHU is offline for maintenance 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 $30,000,000 and $50,000,000. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR Subpart 15.3 to select the firm 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 as a viable source for the contemplated acquisition includes experience in delivering services�in managing multiple subcontractors, working in occupied office buildings, dealing with sensitive customers, and coordinating work involving numerous construction disciplines. Projects of such a nature must be valued in the provided order of magnitude, at a minimum, (between $30,000,000�and $50,000,000) and have been completed within the past five (5) years. The response should include, but is not limited to, a contract number, location, agency/owner, dollar value (inclusive of changes), contract type, project delivery method, a description of the work, including how it is similar to the contemplated procurement, and an owner point of contact to include an email address and telephone number. Work performed as a subcontractor shall not be considered as evidence of capability to succeed as a prime contractor. Please limit your response to no more than three (3) completed contracts which meet the criteria above. Capability Statements should not exceed five (5) pages. (3) Evidence of the ability to obtain performance and payment bonds up to the maximum order of magnitude described above. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) 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 June 22, 2020 4:00pm, Eastern Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3a4a67d078df403a9492d140b891d3e0/view)
 
Place of Performance
Address: Baltimore, MD 21235, USA
Zip Code: 21235
Country: USA
 
Record
SN05683815-F 20200610/200608230153 (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.