SOURCES SOUGHT
Z -- SATOC St. Elizabeth Campus- Washington, DC
- Notice Date
- 7/27/2022 5:36:09 AM
- Notice Type
- Sources Sought
- NAICS
- 23622
—
- Contracting Office
- PBS R11 LEASING DIV WASHINGTON DC 20407 USA
- ZIP Code
- 20407
- Solicitation Number
- 47PM0422N0001
- Response Due
- 8/22/2022 7:00:00 AM
- Archive Date
- 09/22/2022
- Point of Contact
- Robert Jackson, Nicole Dent
- E-Mail Address
-
robert.n.jackson@gsa.gov, nicole.dent@gsa.gov
(robert.n.jackson@gsa.gov, nicole.dent@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement. The General Services Administration (GSA), Public Buildings Service (PBS), Region 11, has identified a need for a Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle for the provision of repair and alteration construction services to St Elizabeth Campus located in Washington, DC.. Ordering officials will solicit and award task orders for specific projects on a non competitive basis in accordance with FAR 16.505. The estimated values of all projects/task orders will range from $3.500 up to the simplified acquisition threshold (currently $250,000.00). The term of the IDIQ contract will be a one (1) year base with four (4) one-year options. The contract will not include pre-negotiated line-item pricing. Each project/task order will not be competed using criteria established by the ordering office. This contract vehicle will be utilized by the Regional 11 only. The scope of this proposed procurement includes the provision of the following services: 1) Construction services, including, but not limited to: general office renovation; interior construction; exterior construction repair; general repair and alteration work; installation of new and the alteration of existing power panels; carpet and carpet tile replacement; painting; HVAC duct work modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving; 2) Alteration services, including, but not limited to: electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing, cleaning, sealing, design-build services; roofing involving installation, repair and alteration, and removal; and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and other related work. Additionally, design work incidental to construction as well as design/build work are included. This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. IDIQ contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government. Individual projects/task orders will range in value from $3,500.00 to the simplified acquisition threshold (currently $250,000.00.) The NAICS code applicable to this proposed procurement is 236220 and the size standard is $39.5 million. Prospective contractors should have bonding capacity of a minimum of $500,000.00 Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses, using the format described below: (1)�� �Corporate Information Identification (1 page maximum) ?�� �Company name and company address� ?�� �Point of contact, phone, and email address� ?�� �The firm�s business type and size for NAICS Code 236220� ?�� �Confirmation of registration in System for Award Management (Provide Unique Entity ID UEI)� (2)�� �Capabilities Statement (3 pages maximum) ?�� �Provide a brief description of projects complete or substantially complete within the last five years that clearly demonstrate your ability to fulfill the Government�s requirements as identified above. �With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, type of construction, and a description of how the experience relates to the proposed procurement.� ?�� �Provide a listing of any current or recently completed ID/IQ or similar contract vehicles for repair and alteration construction services. �Include the issuing agency (if applicable), range in value of projects/task orders, and number of projects/task orders issued to your firm. Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.sam.gov �A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer. Responses must be submitted by email in PDF format to Nicole Dent �at nicole.dent@gsa.gov & Robert Jackson robert.n.jackson@gsa.gov �on or before August �22, 2022 at 10:00AM, Eastern Time. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0bd4ee9bba274de7bce635d809afdf37/view)
- Place of Performance
- Address: Washington, DC 20593, USA
- Zip Code: 20593
- Country: USA
- Zip Code: 20593
- Record
- SN06404575-F 20220729/220727230121 (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 |