Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2021 SAM #7068
SOURCES SOUGHT

99 -- Cleveland/Rudman Lighting Control Systems Replacement

Notice Date
4/6/2021 5:02:19 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
CleveRudLCS
 
Response Due
4/21/2021 10:00:00 AM
 
Archive Date
05/06/2021
 
Point of Contact
Sebastian Asaro, Phone: 6463980455
 
E-Mail Address
Sebastian.Asaro@gsa.gov
(Sebastian.Asaro@gsa.gov)
 
Description
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. The U.S. General Services Administration (GSA), Public Buildings Service (PBS), New England Region, Acquisition Management Division, is conducting market research to determine if any Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Women-Owned Small Business (WOSB), or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. The James C Cleveland Federal Building (JCC) is a 5 story (plus basement and mechanical penthouse) concrete and steel building built in 1966 with over 123,000 SF of office and support space.� The Warren B. Rudman Federal Courthouse (Rudman) was added as an annex to the JCC in 1996.� The Rudman is a 4 story (plus basement and mechanical penthouse) concrete and granite building with over 194,000 SF of federal courtrooms, court administrative support services space and other office space to support those agencies that facilitate the federal court system.� The Rudman basement is dedicated to secure inside parking. In 2009, an American Recovery and Reinvestment Act (ARRA) energy saving project to upgrade the lighting system controls and lighting fixtures was completed.� The documented life of the control system and the light fixtures is on the order of 10 years.� GSA is undertaking a systematic multi-year effort to upgrade the light fixtures within the JCC / Rudman complex.� This project involves resolving the most egregious operational issues with the 2009 ARRA installed lighting control system.� The complex-wide lighting control system is to be eliminated and lighting control will revert to local control.� Subject to the availability of funding, the project optionally involves the targeted replacement of complex wide light fixtures.� A large majority of the work is to be completed within the Rudman building.� During the execution of the light fixture replacement effort, a small amount of gypsum wallboard (GWB) cutting and patching will be required.� Finally, where light fixtures are replaced on GWB surfaces, some patching and painting will be required. The work is anticipated to be completed as possible during normal office hours and/or outside of normal office hours.� All workers will be required to undergo an HSPD-12 security clearance prior to beginning work on the project. The anticipated period of performance of this construction contract is 9 months from the date of Notice to Proceed. Work will need to be coordinated with the occupants of the Clerk of Courts office.� With the amount of telework that is projected for the remainder of 2021, there is good chance of that the majority of the work being completed during traditional office hours.� Some after hours may be required. All qualified Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is an acceptable strategy for the procurement. The Government anticipates a contract award for these services in the summer of 2021. The appropriate NAICS Code is 236220�with a small business size standard of $39.5M dollars. Reference https://www.sba.gov/document/support--table-size-standards and https://www.naics.com/. FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this�contract and will be strictly enforced. It is requested that interested parties submit a brief capabilities package. The package shall address, at a minimum, the following: (1) Examples of projects worked within the last five (5) years of a similar size, scope, complexity and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact. (2) A narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. (3) Company profile, to include number of employees, annual receipts, office location(s), and DUNS number. (4) Evidence to establish your company's standing as a SDVOSB, WOSB, HUBZone or 8(a) small business concern under the applicable NAICS code. (5) A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards. Responses to this Sources Sought Notice shall be mailed to the following address: Sebastian.asaro@gsa.gov. The government is requesting electronic responses only at this time. Responses must be received no later than 1:00 p.m., Local Time on April 21,�2021 Questions regarding this notice may be addressed to Sebastian Asaro at Sebastian.asaro@gsa.gov. Failure to submit all information requested may result in a contractor not being considered as an interested small business concern.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9bdca3a2771b41aca80a61bc8200ae03/view)
 
Place of Performance
Address: Concord, NH 03301, USA
Zip Code: 03301
Country: USA
 
Record
SN05964233-F 20210408/210406230118 (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.