Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2022 SAM #7703
SOURCES SOUGHT

Z -- Sources Sought Notice - Elevator Modernization project

Notice Date
12/28/2022 6:41:13 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PBS R11 CONSTR CTR 1 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
2023NCRElevatorModernization
 
Response Due
1/27/2023 1:00:00 PM
 
Point of Contact
Alexis Ramsey, Michele Appello
 
E-Mail Address
alexis.ramsey@gsa.gov, michele.appello@gsa.gov
(alexis.ramsey@gsa.gov, michele.appello@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought announcement for a Design-Build Elevator Modernization contract between $10,000,000 and $20,000,000� in the Washington, DC metropolitan area. The Government must ensure that there is adequate capability, experience, and competition among the potential pool of responsible contractors. Therefore, the purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of Small Businesses within the industry. This notice is issued to determine interest and capability of potential sources for a potential procurement and is for preliminary planning/market research purposes only. The North American Industrial Classification System (NAICS) code for this potential procurement is 238290 (Other Building Equipment Contractors), with a Small Business Size Standard of $39.5 million. The GSA is ONLY seeking a response from interested firms that qualify as a U.S. Small Business Administration (SBA) Alaskan Native Corp., SBA Certified 8(a), SBA Certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), Small Business (SB),� that possess the relevant experience, personnel, and capability to perform the services outlined in this announcement. You must be an approved SBA firm (including Mentor-Prot�g� Joint Venture firms) at the time and date for receipt of proposals to be considered as a valid 8(a) and/or HUBZone firm. For more information on the definition or requirements for these, refer to http://www.sba.gov/ Insurance Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer's Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials. Bonding Requirements For informational purposes, it's expected that a minimum payment bond aggregate bonding capacity of $20,000,000 is required. Performance and payment bonds are required for any construction contract exceeding $150,000. Contract Requirements The period of performance for the proposed contract: 540 calendar days from the notice to proceed, with an anticipated award effective approximately July 1, 2023. Type of Work The procurement would include the survey and design of approximately thirty (30) public elevators, and the construction, including total elevator modernization, of eight (8) elevator cars located within a Federal Building in the Washington DC area. The elevator modernization would include replacement of elevator equipment and system components including elevator controllers, elevator hoist motors, hoist cables, car platform, safety plank, sheaves and pulleys, cab interiors, cab fans, car operating panels, top-of-car panel, spring buffers, pit ladders, pit drain & piping, guide rails, guide rollers, hoistway doors, door thresholds, door operators, elevator recall systems, EMR duct detectors, smoke detectors, hoistway heat detector. Replace the existing EMR HVAC and control system to maximize energy efficiency, reduction of cost per tonnage to operate, and maximum performance capabilities based on design application and use.�� The primary objective of this project is to implement and successfully execute a complete design-build construction project to modernize existing elevators under a Firm-Fixed price contract. A separate pricing request for additional Private Elevators, may be requested as an ADD Option at the discretion of the GSA Contracting Officer and may be implemented under the contract as a modification during the project duration. Interested parties shall be capable of providing the services associated with the aforementioned competencies. System for Award Management Registration (www.sam.gov) All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE) www.SAM.gov. Response to Sources Sought INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN: January 27, 2023, at 4:00 P.M. EST. Total Submission shall only include the required documents included in the attached Market Research Questionnaire and Experience forms. Type of Information needed in your response (see Questionnaire): Capabilities Statement demonstrating NAICS 238290 � Other Building Equipment Contractors Ability to begin work within 10 days of receiving task order award Total Bonding Capability Ability to meet the insurance requirements contained within this Sources Sought. Statement that your firm has a valid www.SAM.gov registration and your representations and certifications within www.SAM.gov are completed. Clearly indicate what representations your firm possesses, i.e. ANC, 8(a), VOSB, WOSB, HUBZone, etc. Projects submitted MUST consist of the following: Total contract value between $10,000,000 and $20,000,000; type of work similar to that described in this announcement. Please submit the information requested above as One (1) file in .pdf format. Information shall be submitted via email, as stated above, by 4:00 P.M. (EST) on January 27, 2023. Information to be submitted to Alexis Ramsey� at alexis.ramsey@gsa.gov Subject line of the email shall appear as follows: GSA Elevator Modernization - Sources Sought Response Statement This notice is issued as a Sources Sought announcement for information purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent a commitment by the Government. 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 Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. At this time, a solicitation DOES NOT exist. Information submitted other than the Market Research Questionnaire, as described, will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bdbeaaa5232c4258939c177d6616da26/view)
 
Place of Performance
Address: Washington, DC 20407, USA
Zip Code: 20407
Country: USA
 
Record
SN06553206-F 20221230/221228230109 (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.