SOURCES SOUGHT
99 -- Sources Sought�Federico Degetau Federal Office Building (FOB) and U.S. Courthouse (USCH) Chiller Risers Repairs Construction in Hato Rey, Puerto Rico
- Notice Date
- 1/13/2022 11:40:44 AM
- 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
- 47PC0222R0008
- Response Due
- 1/31/2022 2:00:00 PM
- Archive Date
- 12/31/2022
- Point of Contact
- Natalia Lugo-Vina Cruz, Phone: 347-331-6783
- E-Mail Address
-
natalia.lugo-vinacruz@gsa.gov
(natalia.lugo-vinacruz@gsa.gov)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� This is not a request for offers or proposals.� This notice does not represent a commitment by the Government to issue a solicitation or award a contract.� Market research is being conducted to determine if there are Small Businesses with the capabilities to perform the required work. The General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (R2) anticipates issuing one (1) solicitation for construction services that will result in the award located at Federico Degetau Federal Office Building (FOB) and Ruiz Nazario U.S. Courthouse (USCH), in Hato Rey, Puerto Rico (PR).�� DESCRIPTION The project for Chiller Risers Repair at Federico Degetau FOB & USCH in Hato Rey, PR, includes, but is not limited to providing all labor, materials, tools, and equipment necessary to replace alone and exclusively, the existing four (4) chiller risers (two (2) 16 inches condenser pipelines & two (2) 10 inches chilled water pipelines) running through the existing shaft from the building basement to the west mechanical room at the 7th floor. The above-mentioned risers are connected to four (4) existing 450 tons chillers and distribute chilled water to the building air handling units located at the four main mechanical rooms and on the roof. The Government anticipates issuing the solicitation for this acquisition around February/March 2022. The estimated cost of construction range for this project is $1-5 million. The sources sought announcement will identify potential General Contractors(GC) with the capabilities to perform the Scope of Work outlined above. This project will be a negotiated procurement issued in accordance with FAR Part 15.� In this process, the Government anticipates to award to the most highly qualified GC firms with whom it can negotiate a fair and reasonable price for the project. GSA is also seeking information on GC firms that are interested in this acquisition who qualify under the 8(a) Program, the HUBZone Program, Women-Owned, and/or the Service-Disabled Veteran Owned Small Business Procurement Program.� The North American Industry Classification (NAICS) for this potential acquisition is 236220, Commercial and Institutional Building Construction.� The Small Business size standard is average annual sales and receipts for the past three (3) years that are less than $39,500,000. If you are an interested firm, you are invited to submit� a written Letter of Interest to include a Capability Statement addressing the following questions (5-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm's capability to perform this project. QUESTIONS 1. In the past ten (10) years, has your firm successfully completed a project in Puerto Rico?� 2.� What is your maximum bonding capacity?�� 3. In the past ten (10) years, as GC, what is the largest dollar value construction project your firm has successfully completed? Provide a brief narrative that demonstrates your firm's capabilities providing construction services.�� 4. In the past ten (10) years, as GC, has your firm performed phased construction within an operational/occupied building or site? Provide a brief narrative of the most recent project demonstrating this capability and your firm's capabilities in providing the necessary coordination and logistics to deliver the project on time, on budget and with minimal disruption to operations.�� 5. In the past ten (10) years, as GC, has your firm removed and installed steel piping for chilled water system connected to� chillers & cooling towers? If yes, briefly describe your experience and include the dollar value of your largest project. 6. Has your company replaced chillers (Min Cap. - 60 Tons Capacity) or cooling towers ( Min Cap. 180 GPM) in buildings while maintaining its operational functions? If the answer is yes, please; Could you describe and give details of your experience?� 7. Has your company installed or removed AC ductwork in buildings? The minimum dimension to be considered will be a size 12"" X 10"", with a length of 50 LF.� If the answer is yes, please; Could you describe and give details of your experience? 8.� Has your company installed or removed steel/ductile/cast iron pipelines or AC ductwork made of metal sheet in confined spaces such as chase or shaft at buildings ? If the answer is yes, please; Could you describe and give details of your experience?� 9. Is your firm considered a small business concern with a size standard of less than $39,500,000 in annual receipts average of the last three (3) fiscal years? Otherwise, indicate if you are a large business firm. 10.� Is your firm a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business? If yes, please indicate the applicable representation(s). Submission Instructions:� As this notice is a Sources Sought announcement, firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Natalia Lugo-Vina, Contracting Officer.� All responses must be submitted via email to Natalia.Lugo-VinaCruz@gsa.gov by 5:00PM(EST) on January 31, 2022.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions.� No paper copies will be accepted.�� For Informational Purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission. Note: The information provided in response to this announcement is strictly for informational purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal (RFP).� Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42a3d114bb0341fc86ef927cdcd5ec30/view)
- Place of Performance
- Address: San Juan, PR 00918, PRI
- Zip Code: 00918
- Country: PRI
- Zip Code: 00918
- Record
- SN06217588-F 20220115/220114120846 (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 |