Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

Y -- Sources Sought for Construction Management as Agent services for the new US courthouse, Anniston, AL

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R4 Acquisition Management Division (47PE00), 77 Forsyth Street, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04-P-17-BV-R-7001
 
Archive Date
5/18/2017
 
Point of Contact
Kiersten S. Mathews, Phone: 404-526-3125, Jeremy Boozikee, Phone: 4042156828
 
E-Mail Address
Kiersten.Mathews@gsa.gov, jeremy.boozikee@gsa.gov
(Kiersten.Mathews@gsa.gov, jeremy.boozikee@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND ACQUISITION PLANNING PURPOSES (SMALL BUSINESS CONCERNS ONLY). This is not a request for quote or proposal. This notice does not constitute a commitment by the Government to issue an RFP, RFQ, contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement. Requests for a solicitation will not receive a response. This Sources Sought Notice is being issued by the General Services Administration for Construction Management Services (CMa) for the U.S. Courthouse Anniston, Alabama. The new U.S. Courthouse should not exceed 63,000 gross square feet including 13 inside parking spaces in Anniston, AL. The contract will include professional services in support of the design and construction of the courthouse. The proposed CMa function will be retained by GSA to assist the Government in the delivery of the project. The firm shall perform all professional services necessary for management of the project to include but not limited to: •Reprogram Management •Design Management and Review Services •Cost Management/Estimating Services •Support Services for Procurements of the Site Preparation and Design/Build Contractor •Construction Contract Administration Services with an onsite team during the Construction Phase(s) of the Project •Partnering Services •Commissioning Services •Construction Testing •Commissioning Inspections •Quality Assurance Inspections and Testing The project shall house tenant agencies to include the U.S. courts and related agencies. The estimated substantial completion date is Spring 2021. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. This notice seeks information to assist the Government in locating potential sources with the ability to satisfy its requirement. Small businesses including business in all socio-economic categories that are certified and qualified under the North American Industry Classification System (NAICS) Code: 236220 (Size Standard is $36.5 million) are encouraged to respond. All firms and prime contractors during business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract. Capability Statement: Interested Small Business concerns must provide capability statements that include two (2) examples of new construction or multi-story facility renovation projects completed in the past 10 years valued at least $25,000,000 and consisting of at least 50,000 square feet in which your firm served as the Construction Manager as Agent (CMa). U.S. Courthouse experience is preferred. Details of two (2) 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 two (2) similar projects. a. State whether the firm acted as the Prime Contractor or Subcontractor. b. Dates for the two (2) projects. c. Project cost, term, and complexity of job. The submittal shall be no longer than three (3) pages and shall also 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, Contractor Teaming Arrangement (CTA) or joint venture. Company documentation shall include verifying status (if any) as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (HUB) zone small business, service disabled veteran owned small business, or veteran owned small business. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. Failure to submit all information requested may result in a contractor not being considered as an interested concern. If you are an interested firm please provide the above Capability Statement (No more than 3 pages) by 12:00 pm EST, May 3, 2017 to Kiersten Mathews at Kiersten.Mathews@gsa.gov. Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses. All questions must be in writing. The Government will review each response and will use the information it receives in response to this sources sought notice a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality and delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04-P-17-BV-R-7001/listing.html)
 
Place of Performance
Address: TBD, Anniston, Alabama, United States
 
Record
SN04479478-W 20170422/170420235215-2fe5c3c8c8f928df2efdf66a4ae10d2c (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  © 1994-2020, Loren Data Corp.