Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

Z -- Moakley Fire Alarm System Project, Sources Sought Notice

Notice Date
12/3/2019 5:52:01 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R1 BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
VMA00059
 
Response Due
1/3/2020 11:00:00 AM
 
Archive Date
01/18/2020
 
Point of Contact
Leo Osborne, Phone: 6178943018, Michele Valenza, Phone: 6175658508
 
E-Mail Address
leo.osborne@gsa.gov, michele.valenza@gsa.gov
(leo.osborne@gsa.gov, michele.valenza@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The New England Region of the U.S. General Services Administration (GSA) is conducting a market survey to determine if there is adequate interest among qualified Small Businesses to compete the award of a design-build project to replace the fire alarm system at the John Joseph Moakley United States Courthouse in Boston, MA. Small Business concerns with current relevant qualifications, experience, personnel, and capability to perform the work described herein are encouraged to respond to this Sources Sought announcement. GSA is seeking small business firms with the following types of qualifications and experience:• Successful design, installation and demolition of voice evacuation type fire alarm systems in occupied United States Federal buildings• Capability to perform phased demolition and construction in an occupied United States Courthouse• Strong design-build capabilities with a local presence• Good customer service and responsiveness to Owner• Experience and responsiveness regarding flexibility with courthouse schedules and disruption minimization• Experience with Government contracting is desirableIf adequate competition exists, GSA may set the procurement aside for competition among qualified Small Businesses. All qualified Small Businesses; including HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, and Service Disabled Veteran-Owned contractors, should respond to this office in writing by email on or before the Response Date listed below. The Government is not obligated to, and will not pay for, any information received from potential sources as a result of this market research.THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. Responses shall be used for planning purposes only. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded. The anticipated award will be a firm fixed price contract for Design-Build Services.BACKGROUND: The John Joseph Moakley United States Courthouse, (Moakley Federal Courthouse), is a ten story masonry building containing 945,000 gross square feet located on the Boston Harbor. The ten story facade features a conical 32,736 square foot glass curtain wall system that overlooks Boston Harbor and offers one of the best views of Boston's skyline. The building was completed in 1999 at a cost of $170 million and is not designated as historic. It has won numerous design awards. The existing fire alarm system is a Siemens System and is located in the First Floor Fire Command Room.PROJECT GOAL: To replace the existing fire alarm system that has come to the end of its life cycle with a non-proprietary system. The new fire alarm system is to be a voice evacuation-type system that meets the GSA specifications, technical guides, and the PBS P-100. New fire alarm system is to be a non-proprietary system which will be economical to operate and maintain. Fire alarm shall remain operational and no components shall be removed until the fire alarm system is tested, approved and accepted. The scope of the project includes complete design of a full fire alarm system replacement and the phase 1 construction.PROJECT SCOPE: The project includes but is not limited to the following work: Provide Design-Build services for designing and installing a new fire alarm and emergency communications system throughout the building. Work will include removal of the existing fire alarm system (e.g., unused wiring, alarm devices, communications devices, and main control panels) and patching and painting areas where components have been removed. The biddable scope is being put together by BBIX, LLC under their related Task Order (TO). Project will be to provide Fire Alarm (FA) replacement design and complete phase 1 replacement. Building will be fully occupied and the FA system will remain active during the construction.The contractor will be responsible for a complete design for the project, including calculations, specifications, and drawings needed to perform the required modifications to the fire alarm and emergency communications system. The contractor will be responsible for the installation of all work and shall provide all material, equipment, accessories, commissioning and testing in compliance with the design documents.PROJECT CONDITIONS: This is an active courthouse. The building will remain occupied throughout the project which may require significant portions of the work to be performed outside of normal working hours. Work must be coordinated so as not to interfere with the U.S. Court’s regular functions and any open projects which will be under construction by other contractors at the same time. The existing FA system remains active until new system is accepted by the GSA. The project will require sufficient flexibility to accommodate Court schedules; including, but not limited to, Off-hours work for tenant spaces and any disruptive work.PROJECT SCHEDULE: It is anticipated that the design and construction will be completed within approximately 24 months after Notice to Proceed.WHO SHOULD RESPOND: All qualified and certified Small Business; HUB Zone, 8(a), Small Disadvantaged, Woman-Owned, Veteran-Owned, Service Disabled Veteran-Owned (SDV), and other certified small businesses are encouraged to respond. Large Business submittals will not be considered at this time. The Government will not pay for any information solicited. Respondents will not be notified of the results of the sources sought evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a 100% Small Business Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in March of 2020. The appropriate NAICS Code is 238210 (Building Automation System Installation Contractors) with a small business size standard of $15.0 million dollars. Estimated magnitude of construction, per FAR 36.204 - Disclosure of the Magnitude of Construction Projects, is between $1,000,000 and $5,000,000.HOW TO RESPOND: Interested small businesses are required to fill out the attached Sources Sought Questionnaire and Attachment A and submit them to the GSA Contract Specialist and Contracting Officer below. Interested small businesses may also submit a brief Statement of Capabilities package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating their ability to perform the requested services. Commercial brochures or current marketing material may also be submitted with the capabilities package. Submission of a Statement of Capabilities package is not a prerequisite to any potential future offerings, but the additional information will assist the GSA in tailoring its requirements to be consistent with industry standards. The total size of the submission(Questionnaire, Attachments, Statement of Capabilities, brochures and marketing material) should not exceed 25MB.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1f0307188b2347dea11ab00fccbdf6d0/view)
 
Place of Performance
Address: 7000, MA 02210, USA
Zip Code: 02210
Country: USA
 
Record
SN05508022-F 20191205/191204050244 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.