Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

Z -- Region 8 MACC IDIQ

Notice Date
2/6/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R8 Rocky Mtn Region Acquisition Division (47PJ00), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
R8IDIQ2018
 
Archive Date
3/13/2018
 
Point of Contact
Corey J Roundfield, Phone: 7206560243, Len K. Wilson, Phone: 303-236-2839
 
E-Mail Address
corey.roundfield@gsa.gov, Len.wilson@gsa.gov
(corey.roundfield@gsa.gov, Len.wilson@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS SOURCES SOUGHT Construction Services – Small Repair and Alteration Projects for GSA Region 8, Colorado, Utah, Wyoming, North Dakota, South Dakota, and Montana General : Total estimated cost range is approximately: Per Project: $2,501 - $14 million Per Year Total: $50,000 - $12,000,000 With four (4) option years for an estimated range of $250,000 - $48,000,000 This work is planned to take place beginning in approximately July, 2018 Sources Sought Response Date: February 26th, 2018 5pm MST THIS ACTION IS FOR MARKET RESEARCH FOR A NEW PROCUREMENT, NOT A RENEWAL OR RE-ISSUANCE OF A PRIOR EXISTING CONTRACT. NO TELEPHONE CALLS WILL BE ACCEPTED. QUESTIONS ARE NOT PERMITTED. THIS IS NOT A REQUEST FOR PROPOSAL OR SOLICITATION. Purpose : The U.S. General Services Administration (GSA) anticipates procuring the services a contractor to perform Construction Services in the nature of repair and alteration of real property. The nature of the service is to support the government to successfully accomplish the small project repair and alteration programs in the facilities described below in GSA Region 8. It is the intention of GSA to award a multiple-contractor, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. THE EXTENT OF THE WORK WILL BE DESCRIBED IN THE SOLICITATION OR REQUEST FOR PROPOSAL WHEN IT IS EXPECTED TO BE ISSUED IN EARLY 2018. NO OTHER INFORMATION WILL BE AVAILABLE BEFORE THE SOLICITATION OR RFP IS ISSUED. This is a SOURCES SOUGHT ANNOUNCEMENT for planning purposes only. Market research is being conducted to determine if there are businesses with the requisite capabilities and experience to perform the required work. In addition, this market research is to determine if there are respondents that qualify under one or more socio-economic indicators, including but not limited to, small business, woman-owned business, Women Owned Small business (WOSB), Economically Disadvantaged Women Owned Small business (EDWOSB), Veteran Owned Small business, Service Disabled Veteran Owned Small business, SBA Certified Small Disadvantaged business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm. General Description of Services : The contractor shall act as general contractor for small repair and alteration of real property in federal buildings (NAICS 236220), of both interior space and exterior building envelope and grounds. The contractor’s roles and responsibilities may include: design, demolition, abatement, repair and alteration of interior space including but not limited to, carpentry, woods and plastics, drywall, insulation, doors and openings, finishes, paint, bathroom fixtures, plumbing, HVAC, electrical, fire/life/safety equipment, specialized security equipment, fencing, windows, outdoor lighting. Value-added services such as service recommendations, additional coordination and liaison with third parties may be required. The construction services will be performed in federally owned facilities throughout GSA’s Region 8, which includes Colorado, Utah, Wyoming, North Dakota, South Dakota, and Montana. Task orders may occasionally require construction activities in privately owned leased facilities, however it is anticipated that the majority of construction will take place in federally owned facilities. Attached is a list of buildings where these services may be required. The construction services shall comply with GSA’s P-100 Facilities Standards, as well as all applicable engineering, architectural and construction standards and codes, to be fully described in any resulting solicitation. Inclusions : The work requirements will include design-build work and construction services as defined in FAR Part 2 and Part 36. The work requirements include Construction Wage Rate Act [formerly Davis-Bacon Act] work as described in FAR Subpart 22.4. Exclusions : This Sources Sought does not include stand-alone architect-engineer (A-E) services as defined in the Brooks Act and Federal Acquisition Regulation (FAR) Parts 2 and 36; however it is anticipated that approximately half of the contract task orders will be design-build procurements, and will require contractor to provide design services in addition to construction services. This Sources Sought does not include construction management services of other separate projects. Sources Sought Response : § All interested parties are invited to submit a capabilities statement to include up to seven (7) projects of similar size and type completed within the last ten (10) years that are relevant to the work that is anticipated to be required under this sources sought. § For each similar project listed in the technical capabilities statement, provide a point of contact for the owner and owner contact information, as well as project location, project magnitude and other relevant information in the capabilities statement. § Describe your firm’s role as general or subcontractor for each project and any areas of particular expertise (HVAC, electrical, etc.). § List your firm’s current small business or other set-aside designations (HUBZone, SDVOSB, Women-owned, 8(a) small business, or any other) and for the projects referenced in your capabilities statement. § List your firm’s current bonding capacity and limitations under the applicable NAICS code. The capabilities statement is limited to five (5) pages (8 ½” x 11” typed). Provide your firm’s point of contact and website link if available. Electronic versions of your capabilities statement shall be submitted VIA E-MAIL ONLY TO: corey.roundfield@gsa.gov (corey,roundfield Contracting Specialist GSA, R8, PBS, 8PQA), with copies to: len.wilson@gsa.gov (Len Wilson Contracting Officer, GSA, R8, PBS, 8PQA), Capability Statement responses are due by February 26th, 2018 5pm MST NO TELEPHONE CALLS WILL BE ACCEPTED. QUESTIONS ARE NOT PERMITTED. THIS IS NOT A REQUEST FOR PROPOSAL OR SOLICITATION. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $36.5 million. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE SYSTEM FOR AWARD (SAM). Information regarding registration can be found at https://www.sam.gov/portal/SAM. Place of performance: U.S. General Services Administration Public Buildings Service, Rocky Mountain Region (R8), Colorado Service Center One Denver Federal Center, Building 41 6th Ave. and Kipling PO Box 25546 Denver, CO 80225-0546
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PT/R8IDIQ2018/listing.html)
 
Place of Performance
Address: Region 8 which consist of : Colorado, Utah, North Dakota, South Dakota, Montana, and Wyoming., United States
 
Record
SN04811489-W 20180208/180206231151-5c65b44993647c40448a09daa79b67c0 (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.