Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2013 FBO #4382
SOURCES SOUGHT

Z -- Construction Indefinate Delivery / Indefinate Quantity - Sources Sought

Notice Date
11/21/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center Branch (1PSM), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
BuildingConstruction
 
Archive Date
12/21/2013
 
Point of Contact
Kara Canty, Phone: 617-565-5798, Justin Zagorski, Phone: 6175655822
 
E-Mail Address
kara.canty@gsa.gov, justin.zagorski@gsa.gov
(kara.canty@gsa.gov, justin.zagorski@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice PLEASE RESPOND BY 4:00 PM EST ON DECEMBER 3RD, 2013 NEGATIVE RESPONSES ARE ALSO REQUESTED This sources sought notice is market research to determine if a potential future procurement should be set aside under one of the following socio¬economic programs: 8(a), HUBZone, Service-Disabled, Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB). Region 1 of the U.S. General Services Administration (GSA), Public Buildings Service (PBS) is currently seeking qualified firms who would be interested in submitting proposals for this future procurement. The following is a synopsis of the requirement: GSA PBS Region 1 may require an Indefinite Delivery/Indefinite Quantity (IDIQ), Construction Contract for its South Service Center. The South Service Center is responsible for all federally-owned and leased buildings in Connecticut, Massachusetts, and Rhode Island (excluding the Boston Metropolitan area, Waltham, Andover and Haverhill, Massachusetts). The contract(s) will be for one (1) base year and four (4) option years. The successful contractor(s) will be required to provide all management, supervision, labor, materials, equipment, transportation, and disposal necessary for various as-needed repairs, alterations, renovations and construction to federally owned and leased facilities within the South Service Center's geographic area. The NAICS code for this requirement will be 236220. The small business size standard is a three-year average annual gross receipt of $33.5 million. GSA would expect to make up to five (5) awards under this single solicitation. The total amount of all contracts combined will not exceed $15,000,000.00 over the potential 5-year term of the contract. No individual delivery order will exceed $2,790,000.00. Individual delivery orders will range from $25,000.00 to $2,790,000.00. Minimum guarantee is $1,000.00 per individual contract. Individual delivery orders will be issued as needed under the contract for all work. Individual delivery orders will be competed amongst all successful awardees, unless an exception to fair opportunity exists. FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and be strictly enforced. If you are interested in this potential procurement, please respond to the below questions (via email or mail) by the date and time mentioned above. Your response will allow the GSA to adequately determine if this procurement should be set-aside under a particular socio-economic program. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. 1. Please provide evidence to establish your company's standing as an 8(a), HUBZone, SDVOSB, or WOSB small business concern under NAICS 236220. 2. Please identify past experience to demonstrate that your firm has the resources and is qualified to perform the type of work envisioned under this contract. Please include owner or prime contractor points of contact and telephone numbers for all examples of past experience. 3. Please provide a narrative that demonstrates your firm's ability to handle multiple projects simultaneously within the geographical area detailed above without compromising cost, timeliness of delivery and quality of work. 4. Please provide evidence to establish your firm's bonding capacity. 5. Please provide a narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. In addition, please provide a resume for the individual(s) who would most likely be assigned as the Project Manager for this contract. 6. Please provide a positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. Should you have any questions with regard to the above, please feel free to contact me (preferably by email, at kara.canty@gsa.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/BuildingConstruction/listing.html)
 
Place of Performance
Address: Federally-owned and leased buildings in Connecticut, Massachusetts, and Rhode Island (excluding the Boston Metropolitan area, Waltham, Andover and Haverhill, Massachusetts), United States
 
Record
SN03239224-W 20131123/131121234453-11e8f2976a71a036e801e7d7439ec1fd (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 |
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.