Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2021 SAM #7174
SOURCES SOUGHT

Z -- Lewis F. Powell Jr. Courthouse Exterior Envelope Renovation Project

Notice Date
7/21/2021 7:25:32 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0121R0029
 
Response Due
8/10/2021 11:00:00 AM
 
Archive Date
08/25/2021
 
Point of Contact
Patrick Spellman, Phone: 2156061755, Mark Talarico, Phone: 2153758122
 
E-Mail Address
patrick.spellman@gsa.gov, mark.talarico@gsa.gov
(patrick.spellman@gsa.gov, mark.talarico@gsa.gov)
 
Description
SOURCES SOUGHT NOTICE THIS IS A SOURCES SOUGHT NOTICE ONLY.� NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a notice for sources sought only. THIS IS NOT A REQUEST FOR PROPOSAL.� This is a market research effort.� There is no solicitation, specifications, or drawings available for this announcement.� The Government intends to use the results of this notice to further develop an acquisition strategy for this requirement.� The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, seeks information on technically capable, and otherwise responsible, construction firms; including large and small businesses for the anticipated solicitation for the Exterior Envelope Renovation at the Lewis F. Powell Jr. Courthouse in Richmond, Virginia.� The location of performance is: Lewis F. Powell Jr. Courthouse 100 E. Main Street Richmond, VA 23219 General Description of Scope of Services: GSA Region 3 intends to solicit and award a general construction contract for construction services to replace, repair, and rehabilitate several components of the exterior envelope (roofing systems and windows) of the Powell Courthouse to mitigate damage caused by water infiltration.� This includes all the roofing systems, gutters, rain leaders, and a new fall protection system, as well as window restoration / replacement at the Courthouse.� Size Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million Magnitude of Construction The order of magnitude for the contemplated acquisition is between $5,000,000 and $15,000,000. Anticipated Selection Procedures The anticipated contract will be procured utilizing full and open competition as well as source selection procedures described in FAR PART 15.3 to select the firm offering the best value to the Government in terms of price and technical merit.� Accordingly, award will be made using best-value source-selection procedures incorporating tradeoffs between price-related and non-price related factors. The Government anticipates issuing a solicitation for this requirement in or around November of 2021.� Response Information: The following information is requested in your response: (1) Business identification (please include business name, address, point of contact information, and DUNS number).� If you anticipate proposing as a Joint-Venture (JV) or via a Contract Teaming Arrangement (CTA), please provide all requested identification information of the JV, CTA, or, if not yet formalized, of both firms that will make up the JV or CTA.� (2) Prior Experience: In order to be considered a viable potential source for the contemplated acquisition (to be used for market research purposes only), please provide no more than three (3) projects completed within the last ten (10) years.� Referenced projects should demonstrate your firm's experience as a general contractor involving as many of the following characteristics as possible: Clay tile roofing system replacement and repair Historic roof and window restoration work Historically significant buildings Phased construction in an occupied office building Asbestos and lead based paint abatement Management of multiple subcontractors Historically significant buildings Projects performed in the Richmond vicinity utilizing local labor Total contract value ranging from $5,000,000 to $20,000,000 For each referenced project, please provide the following: Contract number, Location, Customer, Total contract amount (inclusive of all changes), Description of the work, Client point of contact.� If you anticipate proposing as a JV or CTA, prior projects performed by the JV or CTA meeting the criteria above would be considered most highly relevant.� However, you may also provide experience performed by each firm individually.� In addition to the three (3) projects requested here, please also provide a brief explanation of the JVs or CTAs experience working together in the past. �If already formalized, please also provide a copy of the JV or CTA agreement.� (3) Evidence of your firm�s ability to obtain payment bonding of 100% of the maximum order of magnitude described above. (4) Indicate your intention to submit a proposal in response to a future Request for Proposal (RFP) consistent with these requirements.� Interested firms should submit a Letter of Interest with the above requested information to patrick.spellman@gsa.gov by 2:00 PM on August 10, 2021 (Eastern Time).�� This is NOT a request for proposals and does not constitute any commitment by the Government.� Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions based upon industry input.� No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided.� All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/33ef5891402645f0813608ac6f3f0d85/view)
 
Place of Performance
Address: Richmond, VA 23219, USA
Zip Code: 23219
Country: USA
 
Record
SN06069435-F 20210723/210721230133 (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.