SOURCES SOUGHT
Z -- Bridging Design Build for Consolidation of Health and Human Services at the Mary E. Switzer Building
- Notice Date
- 1/23/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Office of Design and Construction, 1800 F Street, NW, Washington, District of Columbia, 20405, United States
- ZIP Code
- 20405
- Solicitation Number
- GS11P14MKC0028
- Point of Contact
- Jane Facchina, Phone: 2026908915
- E-Mail Address
-
Jane.Facchina@gsa.gov
(Jane.Facchina@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of small business sources including: 8(a) Certified Small Business, Historically Underutilized Business Zones (HUB-Zone) Small Business, Women Owned Small Business, Service Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), and Veteran Owned Small Business. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. Description/Scope of Work: The U.S. General Services Administration anticipates a procurement for bridging design-build services to include the preparation of issued for construction documents (IFCs) to implement renovation and alterations to a historic, eight (8) story building with basement (approx 350,000 USF) pursuant to approved concept plans and a program of requirements. The Contractor will prepare a complete set of construction documents including architectural interiors, mechanical, electrical, plumbing, IT/telecom, security, and life safety systems. Upon approval of the IFCs, the contractor shall furnish, install, and test all designed systems as required. The coordination with the Owner's contracted consultants and contractors (e.g.: IT/AV, security, FFE, demountables) is an integral part of the services to be provided. The estimated design and construction cost of this project is in the $10 million to $14 million dollar range. Projects are considered "similar" to the anticipated procurement project when they meet at least three of the following characteristics: a.Construction of the project was completed seven years prior to TODAY'S DATE. b.The project was either bridging design-build or design-build (preference will be given to projects that used the bridging design-build delivery method); c.The project involved the selective demolition of historic elements within a historic building, installation of interior finishes (i.e. carpet, paint, ceiling tiles, etc.), installation of ADA compliant restrooms in historic zones, alterations to existing components related to electrical, mechanical, and fire protection/life safety disciplines, the sustainment of utilities to occupied spaces; and d.The project's final construction cost (inclusive of modifications) was at least $10 million and the project involved extensive repair and/or alterations of at least 350,000 office gsf over no more than six (6) months. The North America Industry Classification System Code (NAICS) is 236220, which includes Commercial and Institutional Building Construction. Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information: 1.Company name, address, point of contact with verifiably correct telephone number and email address. 2.Company business size, including any official teaming arrangements as a partnership or joint venture. Company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (HUB-Zone) small business, services disabled veteran owned small business, or veteran owned small business. 3.Details of four (4) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the four (4) similar projects. a.State whether the firm acted as the Prime Contractor or Subcontractor. b.Dates of construction for the four (4) projects. c.All projects shall demonstrate the installation of mechanical, electrical, and/or plumbing systems affectively integrated into the historic fabric of the project in conjunction with the required preservation of interior finishes. d.Project references (including owner with telephone number and e-mail address). e.Project cost, term, and complexity of job. f.Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Failure to submit all information requested will result in a contractor not being considered as an interested concern. E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL to Jane Facchina, Contract Specialist, email: Jane.Facchina@gsa.gov. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submittals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/898bc89792a9233a679b9b5971f11fcc)
- Place of Performance
- Address: 330 C Street SW, Washington, District of Columbia, 20230, United States
- Zip Code: 20230
- Zip Code: 20230
- Record
- SN03273187-W 20140125/140123234649-898bc89792a9233a679b9b5971f11fcc (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 |