Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2015 FBO #4794
SOURCES SOUGHT

Z -- Construction Services/Design and Construction Services under $150,000 - Sources Sought Questionnaire

Notice Date
1/7/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Contract Services Branch (6PMC), 1500 East Bannister Road, Room 2101, Kansas City, Missouri, 64131, United States
 
ZIP Code
64131
 
Solicitation Number
GS-06P-15-GX-D-0000
 
Archive Date
1/23/2015
 
Point of Contact
Terrance S Cowley,
 
E-Mail Address
terrance.cowley@gsa.gov
(terrance.cowley@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Questionnaire (to be returned with your response). Contracting Office Address General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Services Acquisition Branch (6PQC),1500 E. Bannister Road, Kansas City, MO 64131-3088. The GSA, PBS, Region 6 encompasses the four (4) states of Kansas, Missouri, Iowa, and Nebraska. Description This is a sources sought announcement for an IDIQ Multiple Award Contract for construction projects under $150,000 for the States of Kansas, Missouri, Iowa, and Nebraska. The Government must ensure that there is adequate capability, experience, and competition among the potential pool of responsible contractors. Therefore, the purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of Small Businesses within the industry. This notice is issued to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. The North American Industrial Classification System (NAICS) code for this potential procurement is 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $36.5 million. The GSA is ONLY seeking a response from interested firms that qualify as a U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB) and/or Small Business (SB) that possess the relevant experience, personnel, and capability to perform the services outlined in this announcement. You must be an approved SBA firm (including Mentor-Protégé Joint Venture firms) at the time and date for receipt of proposals to be considered as a valid 8(a) and/or HUBZone firm. For more information on the definition or requirements for these, refer to http://www.sba.gov/. The total estimated construction cost over the five (5) year contract period will be included in the future solicitation. It is anticipated that multiple contracts will be awarded to contractors per geographic areas. Those vendors obtaining an award will be expected to complete the traditional IDIQ general contractor duties. GSA anticipates award of three to five (3-5) contracts per the following geographic areas: ● St. Louis, Missouri, * ● Kansas City, Missouri * ● The State of Iowa ● The State of Kansas ● The State Of Nebraska * Note: The geographic area may expand beyond those listed above, and will be defined further in the solicitation. Each contract awarded will contain a guaranteed minimum amount for the base period to be identified in the solicitation. A single task order award could potentially range from $2,000 to $150,000 (or up to the Simplified Acquisition Threshold - subject to change). Performance of Work by the Contratcor Interested firms must be able to perform 12% of the work with its own organization, in accordance with FAR 52.236-1 titled “Performance of Work by the Contractor.” Insurance Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer’s Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials. Bonding Requirements For informational purposes, it’s expected that a the minimum payment bond aggregate bonding capacity will be required for the following areas: ● The States of Kansas $110,000 ● The State of Iowa $110,000 ● The State of Nebraska $180,000 ● Kansas City, Missouri $400,000 ● St. Louis, Missouri $400,000 For construction contracts greater than $30,000 but not greater than $150,000, the Contracting Officer for the task order will be provided the following payment protections prior to task order award: ● A payment bond ● Irrevocable letter of credit (ILC) Contract Requirements The period of performance for the proposed contract: 1 (one) Base Year plus 4 (four) 1 (one) year option Periods, with an anticipated award effective July 2, 2015. Type of Work The procurement will include a wide range of construction projects over the period of performance. The government intends to include two delivery methods within the resulting contracts. The anticipated delivery methods are as follows: Method 1: Scope of Work will be provided to the contractors. Contractors submit a firm fixed price for Construction Services. Method 2: Scope of Work will be provided to the contractors. Scope of Work drives design concept. Design shall be completed by the contractors. Contractors submit a firm fixed price for Design and Construction Services. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies. System for Award Management Registration ( www.sam.gov ) All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE)—Federal Business Opportunities (FBO) system at www.fbo.gov. Response to Sources Sought INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN: JANUARY 20, 2015 at 2:00 P.M. CST. Total Submission shall only include the required documents included in the attached Market Research Questionnaire and Experience forms. Type of Information needed in your response (see Questionnaire): ● Ability to begin work within 10 days of receiving task order award ● Total Bonding Capability ● Ability to meet the insurance requirements contained within this Sources Sought. ● The geographic area in which you interested (even if multiple areas). ● Statement that your firm has a valid www.SAM.gov registration and your representations and certifications within www.SAM.gov are completed. ● Clearly indicate what representations your firm possesses; i.e. 8(a), SDVOSB, WOSB, etc. Projects MUST consist of the following: Total contract value between $2,000 and $150,000; type of work similar to that described in this announcement. Please submit the information requested above as One (1) file in.pdf format. Information shall be submitted via email, as stated above, by 2:00 P.M. (CST) on January 20, 2015. Information to be submitted to: Terrance Cowley at terrance.cowley@gsa.gov Subject line of the email shall appear as follows: GSA R6 Construction IDIQ under $150,000 – Sources Sought Response (Including location/states you may be interested in submitting for) Statement This notice is issued as a Sources Sought announcement for information purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent a commitment by the Government. No evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. At this time a solicitation DOES NOT exist. Information submitted other than the Market Research Questionnaire, as described, will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/6PMFS/GS-06P-15-GX-D-0000/listing.html)
 
Place of Performance
Address: GSA Heartland Region 6, consisting of Missouri, Iowa, Kansas and Nebraska, United States
 
Record
SN03610429-W 20150109/150107234329-2ddb19df5f327ca4e46e4ac9d7d03e61 (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.