Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2016 FBO #5453
SOURCES SOUGHT

Z -- Repair and Alteration IDIQ (Under $150K)

Notice Date
10/26/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition management Division Operations Branch C, One World Trade Center, New York, New York, 10007, United States
 
ZIP Code
10007
 
Solicitation Number
GS-02-16-IDIQ
 
Archive Date
11/17/2016
 
Point of Contact
Brian T. Burns, Phone: 212-264-9926
 
E-Mail Address
brian.burns@gsa.gov
(brian.burns@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY: This is a request for information/market research to provide data for planning purposes ONLY. This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women Owned Small Business (WOSB) to compete for and perform a n Indefinite Delivery Indefinitely Quantity (IDIQ) Contract. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (236220) should NOT submit a response to this notice. The Small Business size standard for NAICS code 236220 is $36.5 million dollars in average annual receipts over the past three years. This Sources Sought encourages maximum participation of interested Small Business concerns. Prior Government contract work is not required for submitting a response under this sources sought synopsis. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government. General Services Administration (GSA), Public Building Services (PBS), Region 2 anticipates issuing a solicitation that will result in 3-5 Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) construction (repair and alteration) contracts to General Construction Contractors for repair and alteration Work. The requirements contained within this anticipated contract will be for a broad range of Repair and Alteration services in Government and leased buildings, which are located in New York and New Jersey. Specific services will be obtained on an individual task order basis. Each anticipated contract will have a maximum order limitation (MOL) of $30,000,000 (including base and 4 option years). The annual estimated dollar amount of each contract awarded under this solicitation is $3-$6 Million per year. The maximum order limitation per task order is $150,000 (one hundred and fifty thousand dollards). The Government anticipates issuing the solicitation for this acquisition around December 2016. If qualified and interested, per the definition above, please submit a letter (maximum of 3 pages) via email stating the following: 1) Name of your company, address, point of contact with phone number, e-mail address and fax number. 2) Business size for the assigned NAICS code. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantage Business, HUBZone Small Business, Service Disabled Veteran Owned Small Business, Small Women-Owned Business, etc. 3) Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least (3) projects, customer names and phone numbers, timeliness of performance, and dollar values of the projects. 5) Describe your company's bonding capability. Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. Responses must be submitted to this office by email by 4:00 PM EST on November 2, 2016. Submit response and information via email to: brian.burns@gsa.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and future solicitation. Please note: Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. NOTE: EMAIL IS THE REQUIRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS AND NO TELEPHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48c81d5c9a82ed1a82f397d02c45d10b)
 
Place of Performance
Address: New York and New Jersey, United States
 
Record
SN04313088-W 20161028/161026234118-48c81d5c9a82ed1a82f397d02c45d10b (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.