Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOURCES SOUGHT

56 -- Design Build Construction services intended for the 5th floor of the Lyndon Baines Johnson Building.

Notice Date
7/20/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 (47PM02), 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
EQWPMA180077LBJ
 
Point of Contact
Adrienne Smith, Phone: 202-580-9990, Bonnie M Echoles, Phone: (202) 708-6190
 
E-Mail Address
adrienne.smith@gsa.gov, bonnie.echoles@gsa.gov
(adrienne.smith@gsa.gov, bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKETING RESEARCH ANNOUNCEMENT DESIGN BUILD CONSTRUCTION SERVICES LYNDON BAINES JOHNSON BUILDING Synopsis: The General Services Administration (GSA) is looking for firms that qualify under the small business programs represented in the Federal Acquisition Regulations Part 19 including 8(a), small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone (Hubzone)small business, service disabled veteran owned small business, veteran-owned small business. THI IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY, to identify valid sources and to gauge the business interest for Design Build Construction services intended for the 5 th floor of the Lyndon Baines Johnson Building. The estimated range for this project is between $7,000,000 and $8,000,000. MARKET RESEARCH IS BEING CONDUCTED to determine if there are small businesses operating as PRIME CONTRACTORS with the capabilities and experience to perform the required work. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED. GSA is proposing to reconfigure approximately 69,000 internal gross square feet (53,247 usable square feet) in fifth floor of the Johnson Federal Building for the Department of Education to allow for the future consolidation of leased space within Washington, DC. This project is intended to serve as a model for the reconfiguration of other floors in the building. When the fifth floor reconfiguration is complete, approximately 100 employees located on other floors in the building will be relocated to the fifth floor, allowing for space on floors 3 through 7 potentially to be reconfigured. This project will be a build-out and consolidation, p roviding Design Build services necessary to renovate the existing office spaces located on the 5th floor of the Johnson Federal Building. The Johnson Federal Building is listed in the National Register of Historic Places. Project Summary: GSA intends to renovate the existing office spaces located on the 5th floor of the Johnson Federal Building. The renovations intent is to reconfigure the existing floor by removing existing offices and conference rooms, and constructing open space work areas, focus rooms, centralized copy rooms and new conference rooms. At a minimum, this project requires modifications to infrastructure systems to support the new personnel load, relocation of existing offices, demolition of demountable partition walls and reconfiguring pantry areas. This renovation proposes a multi-purpose open teaming area for the 5 th floor, a space that will include multimedia enhancements for collaboration. The project will be located entirely on Federal property at the Johnson Federal Building (LBJ), 400 Maryland Avenue SW, in Washington, DC 20202. The North American Industry Classification System Codes is 236220, Commercial and Institutional Building Construction, and the small business standard is $36.5 million. Interested PRIME CONTRACTORS ONLY are invited to submit a capabilities statement or narrative demonstrating their experience in Design Build Construction services of similar nature as described above. The submittal shall be no longer than ten (10) pages. Include the following information in your response and/or narrative: 1. Company name, address and point of contact with contact's phone number and email address 2. Business size to include any official teaming arrangements as a partnership or joint venture: Indicate if the company is a certified 8(a), small business, women owned business, small disadvantaged business, Historically Under-utilized Business Zone (Hubzone) small business, service disabled veteran-owned small business, or veteran owned small business. 3. Details of similar projects and state whether you were the Prime or Subcontractor. Required, at a minimum three (3) projects completed within the last ten (10) years that are relevant to the work that will be required under this project. 4. Dates of construction work presented in Item #3 5. Project reference (including owner with phone number and email address for each project listed) 6. Project cost, term and complexity of job 7. Information on your bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES 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 concern. EMAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, TEN (10) PAGES OR LESS, shall be submitted electronically VIA E-MAIL to Adrienne Smith, Contract Specialist. email: adrienne.smith@gsa.gov. 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 Small Business Sources. The Government will not reimburse responders for the cost of submittals. NO telephone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/EQWPMA180077LBJ/listing.html)
 
Place of Performance
Address: Johnson Federal Building (LBJ), 400 Maryland Avenue, SW, Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN05001188-W 20180722/180720230933-3ed75806c03ecb94b8f91319e7cabaa2 (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.