SOURCES SOUGHT
R -- Real Estate and Technical Advisory Services to Develop a Business Case Business Model Development for the International Trade Center
- Notice Date
- 5/25/2018
- Notice Type
- Sources Sought
- NAICS
- 531210
— Offices of Real Estate Agents and Brokers
- Contracting Office
- Public Buildings Service (PBS) - CO Acquisition Services Division (47PA01)
- ZIP Code
- 00000
- Solicitation Number
- 47PM0918R0010
- Response Due
- 6/1/2018
- Archive Date
- 6/8/2018
- Point of Contact
- Terrasia Covington
- E-Mail Address
-
Email
(terrasia.covington@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various large and small business sources. No proposal 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 (GSA) is seeking sources to obtain professional real estate and technical advisory services to support GSA in developing a business case analysis identifying and evaluating the current operating arrangements and proposing potential alternative operating models and contractual approaches for the long term management and operation of the International Trade Center (ITC) portion of the Ronald Reagan Building (RRB) located at 1300 Pennsylvania Avenue, NW, Washington, DC. The ITC is a unique asset within GSA ™s portfolio. It is structurally part of the RRB although it is legally distinct from the RRB. It includes conference and events center space, private sector office spaces, a food court, restaurant, cafes, a parking garage and common area space. We would expect that the team be led by experts in facilities management, however given the unique nature of the operations of the ITC, GSA is seeking a team that also include subject matter expertise in each of these uses that are included in the ITC. Once the evaluation and business case analysis is completed, GSA would additionally be seeking assistance in drafting of the requirements for the implementation of the proposed long term business model The North America Industry Classification System Code (NAICS) is 531210, which includes Real Estate Agents and Brokers. 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, service disabled veteran owned small business, or veteran owned small business, if applicable. 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 advisory services for the four (4) projects. c.All projects shall demonstrate development of a business case analysis, identifying and evaluating the current operating arrangements, and proposing potential alternative operating models and contractual approaches for the long term management and operation of the four (4) projects. d.Project references (including owner with telephone number and e-mail address). e.Project cost, term, and complexity of job. 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 source. E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, ten (10) PAGES OR LESS, shall be submitted VIA E-MAIL TO Terrasia Covington, Contract Specialist, e-mail: terrasia.covington@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 large and small business sources. The Government will not reimburse responders for the cost of the submittals. Contracting Office Address: U.S. General Services Administration 301 7th Street SW Room 6109 Washington, DC 20407 United States Place of Performance: 1300 Pennsylvania Ave NW Washington, DC 20004 United States Primary Point of Contact: Terrasia Covington Contract Specialist terrasia.covington@gsa.gov Phone: (202) 285-3910
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9e06f7841901a76fa8aaf6ba5c5c9995)
- Record
- SN04934727-W 20180527/180525230501-9e06f7841901a76fa8aaf6ba5c5c9995 (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 |