SOURCES SOUGHT
Z -- Interior Renovation for the Department of State, Passport Cincinnati, Peck 2nd & 3rd Floors- Sources Sought
- Notice Date
- 7/2/2025 11:55:17 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R5 ACQUISITION MANAGEMENT DIVISION CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- 000033356
- Response Due
- 7/18/2025 1:00:00 PM
- Archive Date
- 08/02/2025
- Point of Contact
- Timothy Novak, Phone: 7735902850
- E-Mail Address
-
timothy.novak@gsa.gov
(timothy.novak@gsa.gov)
- Description
- THIS IS A SOURCES SOUGHT NOTICE � FOR PLANNING PURPOSES ONLY The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Government Certified 8(a) Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, HUBZone small businesses, or Small Disadvantaged Businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research only. Depending on market research and other influences, GSA anticipates issuing a solicitation for this project around Late Summer/Early Fall 2025. This is not a request for offers or proposals. The Government does not intend to award a contract based on responses and the Government is not obligated to and will not pay for information received as a result of this announcement. Project Location 2nd & 3rd Floors- John Weld Peck Federal Building 550 Main ST Cincinnati, OH 45202-3222 Project Description This project involves the interior renovation of approximately 30,000 square feet on the 2nd and 3rd floors of the John Weld Peck Federal Building, located at 550 Main Street, Cincinnati, OH 45202 (Building No. OH0189). The renovation aims to provide a functional and modern space for the Passport workforce to effectively serve the public. Key design drivers include User Experience, Security, Accessibility, and Technology integration. The renovation includes full MEP and architectural build-out. The project is also intended to achieve LEED Silver Commercial Interiors Certification from the U.S. Green Building Council (USGBC). Note: The interior demolition and abatement work required for this renovation is being procured and performed under a separate contract and is not included in the scope of this project. Disclosure of magnitude: (g) Between $5,000,000 and $10,000,000. Delivery Method The General Services Administration (GSA) intends to award a firm fixed-price, construction contract for the DOS Passport Cincinnati, Peck 2nd & 3rd Floors Interior Renovation project pursuant to the Federal Acquisition Regulation (FAR) Best Value Procedures (FAR Subpart 15.3). Size Standard Sources are being sought for firms with a North American Industry Classification System (NAICS) of 236220 - Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $45 million in average annual receipts over the past three (3) years. It is anticipated that the Request For Proposal (RFP) will be posted to Federal Business Opportunities (SAM.gov) late Summer or early Fall of 2025. The awardee will be required to undergo the security clearance process. The full extent of the work will be described in the solicitation when it is posted. No additional information will be available before the solicitation is posted. Responses Firms interested in this effort must be able to demonstrate past experience on at least two but no more than three similar projects. A similar project is defined as a project similar in size, type and complexity. To be considered similar in size, the projects should exceed $5,000,000 in total cost. Projects must also be completed or substantially completed in the last ten years. The projects should include full interior space build-out and security integration of commercial or government facilities. Capability statements submitted by Small Business Concerns will be evaluated based on the content of their responses, and how well their documented past experience meets the definition of Similar. Only firms who sufficiently detail similar past experience will be considered as competitive for the purpose of this market research effort. Interested Small Business Concerns must fully comply with the requests of the capability statement requirements. Greater consideration will be given to experience more similar in scope to this project to help determine the qualifications and capabilities of small businesses interested in proposing on this project. Interested small business vendors shall submit their capability statement electronically, limited to three pages. The capability statement shall be sufficient in detail to allow the Government to determine the organization's related qualifications to perform the work. The statement shall include: Business Name Contact information: Point of contact name, Phone number, E-mail address and web address (if available) Business Classification(s) (i.e. SDVOSB, HUBZone, etc.) Active SAM registration printout (single page) - this may be in excess of the three pages A statement regarding the company�s interest in performing the work Please provide a narrative including examples of 2-3 projects the firm has worked on as the Prime contractor, completed within the last 10 years, which included scope of work similar to this project. To be considered similar in size, the projects should exceed $5,000,000 in total cost. Projects must also be completed or substantially completed in the last ten years. The projects should include full interior space build-out and security integration of commercial or government facilities. Project Type: Full interior space build-out and security integration of commercial or government facilities Construction Cost: Projects with construction costs exceeding $5,000,000. Scope of Work: Projects that include multiple key elements�such as mechanical, electrical, plumbing, fire protection, AV and security infrastructure upgrades, millwork, and interior finish installation. Project Completion Status: Completed contracts must have been finalized within the past ten (10) years from the date this sources sought notice is issued. Ongoing contracts must be at least 75% complete as of the issuance date of this notice. Companies providing above referenced material are requested to limit their submission to no more than three pages. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government�s evaluation of the information received. Incomplete responses will not be considered in determining market availability. Responses to this Notice shall be reviewed by the Contracting Officer for the purpose of determining whether there exists reasonable interest and capability. A determination not to complete the proposed procurement based upon responses to this Notice is solely within the discretion of the Government in response to this Notice will be for review purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. Interested Offerors shall respond to the Sources Sought no later than 4:00 pm Eastern Time on Friday, July 18, 2025, via email to Timothy Novak at timothy.novak@gsa.gov. Subject line of the email shall appear as follows: DOS Passport Renovation Sources Sought Response. Oral communications, telecommunications and faxed inquiries or comments are NOT acceptable as a response to this Notice. Only e-mail responses will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18da2c679c1b42548229ad1216b5d1c7/view)
- Place of Performance
- Address: OH 45202, USA
- Zip Code: 45202
- Country: USA
- Zip Code: 45202
- Record
- SN07498018-F 20250704/250702230049 (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 |