SOURCES SOUGHT
Y -- GSA PBS REGION 10 WESTERN MATOC FOR CONSTRUCTION, ALTERATION OR REPAIR OF BUILDINGS, STRUCTURES, OR OTHER REAL PROPERTY
- Notice Date
- 11/22/2021 3:24:05 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R10 AUBURN WA 98001 USA
- ZIP Code
- 98001
- Solicitation Number
- 47PL0023PWEST
- Response Due
- 12/20/2021 2:00:00 PM
- Archive Date
- 06/01/2022
- Point of Contact
- Thupten Tsering, Phone: 2532185042, Jong Kim, Phone: 2062319171
- E-Mail Address
-
thupten.tsering@gsa.gov, jong.kim@gsa.gov
(thupten.tsering@gsa.gov, jong.kim@gsa.gov)
- Description
- DESCRIPTION: �GSA PBS REGION 10 WESTERN MATOC FOR CONSTRUCTION, ALTERATION OR REPAIR OF BUILDINGS, STRUCTURES, OR OTHER REAL PROPERTY. This is a Sources Sought Notice/Request for Information for the General Services Administration (GSA), Public Building Service (PBS), Region 10, Northwest/Arctic Region. This is not a solicitation announcement and there is no request for proposals or related documents. GSA is currently conducting preliminary planning market research to determine the existence of viable commercial sources for a multiple single award firm-fixed price, indefinite-delivery, indefinite quantity (IDIQ) multiple award task order contract (MATOC) for the construction, alteration, or repair of buildings, structures, or other real property of GSA Region 10, western region.� The estimated maximum value is of each MATOC is forecasted at $40,000,000.00 for a 5-year period.� The range of task orders is projected between $2,000.00 to $5,000,000.00. �The geographic zone of GSA Region 10 Western MATOC is north of Vancouver, WA to the northern US-Canadian border, extending east to include the Cascade Mountain Range. *GSA may elect to use this IDIQ region-wide which covers construction projects located in Alaska, Idaho, Oregon, and Washington.� Contractors will be responsible for responding to task orders to deliver projects to federal controlled assets. Contractors may be required to provide shop drawings, product specifications/data, equipment, specifications, and material data sheets. Work under this contract may include, but is not limited to, mechanical, electrical, plumbing, structural, roofing, building renovations, demolition, concrete, fire/life safety systems, abatement of asbestos, remediation of mold, painting, carpet installation, interior and exterior finishes, and drywall.� In addition to construction, contractors may be expected to provide construction management services as well as professional services of an architectural or engineering nature in support of construction projects. Contractors must provide all management, supervision, labor, materials, equipment, transportation, disposal, tools, and coordination. An important outcome of this research is the possibility of setting this acquisition for exclusive competitive participation within a specific Small Business Administration (SBA) program in accordance with (IAW) FAR 19.201(a). Specific SBA programs are veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small-disadvantaged business, economically disadvantaged women-owned small business, and women-owned small business. The tentative North American Industry Classification System (NAICS) code selected for this acquisition is 236220 Commercial and Institutional Building Construction and the small business size is $39.5 million per annum. GSA is seeking industry information and comments from sources with capabilities to perform projects as described above.� Interested parties shall complete and submit the attached Sources Sought Notice / Request for Information Questionnaire to the Government. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. DISCLAIMER: This Sources Sought Notice / Request for Information is for planning purposes only and shall not be construed as a Request for Proposal (RFP), Invitation for Bid (IFB), or as an obligation on the part of the Government to acquire any services. Your response to this Sources Sought / Market Research shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. GSA will not accept unsolicited proposals related to the subject of this Sources Sought / Market Research. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this Sources Sought / Market Research that is marketed �Proprietary� will be handled accordingly. Responses to this Sources Sought / Market Research will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this Sources Sought /Market Research. The Government reserves the right to determine how it should process the information resulting from this notice. 52.215-3 � Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid, and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting preliminary planning market search to determine commercial market practices for answering services. Interested parties that are capable of providing the required services, please complete the Sources Sought Notice/Request for Information questionnaire and submit your response not later than 2pm Pacific Time�on December 20, 2021, via email to Thupten Tsering at thupten.tsering@gsa.gov Please include any comments or questions you may have.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bcb40d4d14624514a5ec89f2c7c69426/view)
- Place of Performance
- Address: Auburn, WA 98001, USA
- Zip Code: 98001
- Country: USA
- Zip Code: 98001
- Record
- SN06183604-F 20211124/211122230121 (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 |