SOURCES SOUGHT
Z -- Massena Border Station Virtra Training Facility- Construction
- Notice Date
- 10/19/2021 12:43:42 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 REPAIR AND ALTERATIONS BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0420F0253
- Response Due
- 11/2/2021 1:30:00 PM
- Archive Date
- 11/17/2021
- Point of Contact
- Kyle Cole, Phone: 7204817787
- E-Mail Address
-
kyle.cole@gsa.gov
(kyle.cole@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE GSA IS NOT SEEKING PRICING OR OFFERS. INFORMATION IS PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION � Massena Border Station Virtra Training Facility- Construction, Massena Land Port of Entry, Rooseveltown, NY Description: The General Services Administration (GSA), Public Building Service, Upstate Acquisition Management Division, Region 2, 100 S. Clinton Street, Syracuse, NY is currently conducting market research to determine the interest, availability, and capability of small business concerns that are capable of providing all labor, materials, equipment, tools, management, and full-time on-site supervision required by contract documents to construct a Virtual Training Facility at the Massena Land Port of Entry, Rooseveltown, NY.� The anticipated period of performance is 270 days. The NAICS Code for this project is 236220. The anticipated price range for construction is between $1,000,000 and $5,000,000.� The project was designed by N.K. Bhandari Architecture & Engineering, P.C of Syracuse, NY. � The building to be constructed has a total project area is approximately 3,000 SF including the 600 SF Canopy. Some surrounding site work will be included. � Duties shall include but may not be limited to the following:� 1. Base Bid Work: Furnish all materials, equipment, labor, and supervision to perform all work described by the contract Documents. a. The contract work incorporates site demolition/excavation/grading/planting/paving, general construction, electrical, mechanical, plumbing, hard-wall partitions, security, and telecommunication work to meet United States Customs and Border Protection (CBP) requirements as follows: Selective demolition of Architectural, Mechanical and Electrical systems, construction, and finishes at nearby Building G to support the renovation work. Mechanical, plumbing, electrical, communication, security, and fire suppression systems to serve the uses of the new facility. Earthwork, exterior improvements, and utilities for new facility. Installation of common floor, wall, and ceiling finishes. Installation of specialty floor, wall, and ceiling finishes as required. 2. The contractor shall expect to interface with the GSA Authority Having Jurisdiction (AHJ) for all major Life Safety contract submittal reviews and approvals. Typically, all submittals, once completed, will be grouped and transmitted to the AHJ for review and final approval. 3. The contractor shall expect to interface with the US Customs and Border Protection agency representatives at the Land Port of Entry for all major submittal reviews and approvals as well as coordination for the installation of supporting equipment and devices with the facility. Exact work description will be identified and indicated in the Contract Documents. Products to be used will be specified within the drawings and individual Specification Sections. The contractor shall comply with the projects design specifications and drawings. The work will be constructed under a single prime contractor who is to adhere to all security requirements and guidelines for building access. The awardee will be required to complete the security clearance process. The full extent of the work will be described in the solicitation when it is posted. No other information will be available before the solicitation is posted. This is a SOURCES SOUGHT NOTICE for planning purposes only. Market research is being conducted to determine if there are Small Businesses with the capabilities to perform the required work. All interested parties should submit a capabilities package to include: Please indicate applicable socio-economic category or indicate if no socioeconomic categories apply. 2. ��Please provide examples of three projects that were completed within the last ten years; that included the work specified above that will be required under this project; and that had a total project cost in the same range estimated for this project. Also, please provide a customer point of contact for each project listed. 3. A written letter of interest that must contain the following information: Name and address of company (include phone and fax numbers) Name and email address of the point of contact within the company Tax Identification Number and DUNS Number NAICS code(s) the company operates under All information submitted is subject to verification. Additional information may be requested to substantiate responses. Responses may not be more than 5 pages. THERE IS NO SOLICITATION AT THIS TIME, this is not a Request for Proposal. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. All information furnished to the Government in response to this notice will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. Submission Instructions:� As this notice is a Sources Sought announcement, interested firms should submit the requested information to Olga Rodriguez, Contracting Officer, and Kyle Cole, Contracting Specialist. All responses must be submitted via email to olga.rodriguez@gsa.gov & kyle.cole@gsa.gov by 4:30pm EST on November 2nd, 2021. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No hard copies will be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/432ea172cabb4dd3be23573f1e36dd3e/view)
- Place of Performance
- Address: Massena, NY 13662, USA
- Zip Code: 13662
- Country: USA
- Zip Code: 13662
- Record
- SN06160624-F 20211021/211019230114 (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 |