SOURCES SOUGHT
Y -- CMc Tornillo-Guadalupe LPOE in El Paso County
- Notice Date
- 12/10/2008
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102
- ZIP Code
- 76102
- Solicitation Number
- 7PMATornillo-Guadalupe
- Response Due
- 12/16/2008
- Archive Date
- 12/31/2008
- Point of Contact
- Kathey K Thury,, Phone: (817) 978-7349, Angela D Long,, Phone: 817-978-4447
- E-Mail Address
-
kathey.thury@gsa.gov, angela.long@gsa.gov
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration, Region 7 has a requirement for the above subject. This is not a Solicitation Announcement and is not a Request for Proposal and does not obligate the Government to any contract award. The purpose of this Sources Sought is to determine interest and capability of potential qualified Small Business Administration (SBA), 8a, (HUBZone) Small Business, and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code 236220 (Commercial and Institutional Building Construction) which corresponds to SIC 1542. The Small Business Size Standard is $33.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought. The Government anticipates awarding a Firm Fixed Price Contract for pre-construction (design) Phase Services with an Option for Construction Phase Services. The estimated construction Phase option price is $35,000,000.00 to $50,000,000.00. Project Information This procurement is for the pre-construction and construction phase services to be performed by a CMc contractor for the new Tornillo-Guadalupe Land Port of Entry (LPOE), Tornillo, TX. The initial award will be for pre-construction (design) phase services. These services include constructability reviews (of the A/E's design) and preparation of cost estimates at each phase of design. The contract will include an option for the construction of the LPOE. Exercise of the option will be based on the performance of the CMc during the pre-construction phase and the CMc's ability to meet the Guaranteed Maximum Price (GMP) for the project. The selected Contractor must have experience providing pre-construction phase and construction services for large, complex construction projects. Preference will be given to those firms with construction experience on LPOE projects. Contractor must have the financial capability to perform and must have a satisfactory history of successful completion of similar projects. Technical qualifications will be significantly more important than price. Award will be made on the basis of best value to the Government, and the offeror providing the lowest cost may not necessarily be the awardee. The contractor will need to have very good past performance and experience related to this work. Technical Evaluation Factors for this acquisition currently include: 1) Past performance/Experience in providing pre-construction and construction phase services on similar projects; 2) Qualifications/Experience of Key Personnel; and 3) Management Plan and Technical Approach. Award will be made to the offeror whose proposal conforms to the requirements of the RFP and is considered most advantageous to the Government, cost/price and other factors considered. Technical Evaluation Factors are significantly more important than cost or price. All interested 8a, (HUBZone) Small Business, and Service Disabled Veteran-Owned Small Business firms should respond to this survey by email no later than December 16, 2008 3:30 CST. Responses should include a one page summary including: 1) Identification and verification of the company's small business status, 2) The level of performance and payment bonding capacity that the company could attain for the proposed contract; 3) Descriptions of experience; provide descriptions of projects that will be substantially completed by December 2008 or have been completed within the last five years which are similar to this proposed contract in scope. With each project experience provided, include the date when the project was completed or will be completed, location of the project, your firm's role on the project, contract amount, the portion of work that was self performed, the percentage of work that was self performed, and whether the project was design build or not. Responses from proposed joint ventures between large and small business concerns (HubZone), or contractor team established as a Mentor-Protege', shall state what portion of the work each contractor will self perform. Please only include a narrative of the requested information; additional information will not be reviewed. Send responses to kathey.thury@gsa.gov (contracting Officer) and angela.long@gsa.gov (contract specialist).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a37c3dcdcee8d9472c73e3244829cfb2&tab=core&_cview=1)
- Place of Performance
- Address: El Paso County, Texas. Approximately 30 miles east of El Paso in adjacent to the current Fabens Port of Entry., El Paso, Texas, United States
- Record
- SN01716933-W 20081212/081210221035-a37c3dcdcee8d9472c73e3244829cfb2 (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 |