Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

Z -- CMS Back on Campus Phase III Project

Notice Date
4/19/2023 1:02:05 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0223R0043
 
Response Due
5/4/2023 1:00:00 PM
 
Point of Contact
Raymond J. Porter, Phone: 2157563439
 
E-Mail Address
raymondj.porter@gsa.gov
(raymondj.porter@gsa.gov)
 
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 offerors 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. Description: The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, interested small businesses, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) that would be interested in submitting offers for this anticipated solicitation for Construction Services for the Phase III Renovation Project at the Centers for Medicare and Medicaid Services (CMS) Headquarters in Woodlawn, Maryland. This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications, or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision-making process with regards to the extent it will be competed. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) clause 52.219-8, Utilization of Small Business Concerns. General Description of Scope of Services: The General Services Administration (GSA) intends to renovate portions of the Headquarters facility for the Centers for Medicare and Medicaid Services (CMS) in Woodlawn, MD. The CMS Headquarters facility consists of 4 buildings, North (N), South (S), Central (C), and Warehouse (W). The building was constructed from 1993 to 1995. CMS has been going through a massive office renovation project referred to as the CMS Back on Campus effort. This effort has been to cut down the CMS leasing portfolio in an effort to bring those positions and people back onto the main campus. CMS has already completed renovations to the following areas: The cafeteria and the 1st and 2nd floors of the North building. CMS has an ongoing renovation in the South Lower Level, the Main Lobby, the Central building lower level, and the 1st floor of the Central building. This project will complete renovations to the North Building at CMS. A complete renovation of the 3rd floor will occur and a renovation to the elevators per the BER will be completed in the North building, completing the full renovation of this building for the CMS Back on Campus effort. The General Services Administration shall utilize the Two-Phase Design Build project delivery method in conjunction with the GSA�s Design Excellence & Construction Excellence Programs, designed to provide taxpayers with outstanding and cost-effective federal buildings. GSA has engaged an Architect Engineer (A/E) who will complete a Design-Build RFP for the project. The contractor will be required to have the ability to successfully coordinate all of the trade/subcontractor work and complete this project within all applicable government guidelines governing the work. The location of performance is: Centers for Medicare and Medicaid Services 7500 Security Boulevard Woodlawn, Maryland 21244 Size Standard: The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million. Magnitude of Construction: The order of magnitude for the contemplated acquisition is between $25,000,000 and $30,000,000. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR Subpart 15.3 to select the firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, the award will be made using best-value, source selection procedures incorporating trade-offs between price-related and non-price related factors. In response to this Sources Sought notification, please provide responsive information and concise answers to the following questions:� Please limit your collective response to seven pages total. Additional pages will not be considered.� Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. 1. Provide a Capability Statement that shows the firm name and address, points of contact including phone numbers and addresses, business type and evidence NAICS Code, SAM registrations and DUNs number. 2. Explain project specific examples listed in your materials of past efforts to demonstrate ability to perform similar work to the requirement described in this notice. 3. Identify work that you are able to self-perform or will subcontract to others. If work will be subcontracted provide a list of key trade subcontractors that you have established relationships within the place of performance. 4. Provide references that may be reached by the government to assess your performance on the experience provided above. References provided shall include a Name, Position, Agency/Company, and an up-to-date email address and/or phone number. 5. Provide evidence from your surety bond provider that you will be able to have performance and payment bonds in the magnitude of this project at the time of award in 2026. This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2.� Contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government.� Responses to this source sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses.�� 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 in 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 Raymond J Porter at raymondj.porter@gsa.gov on or before May 4, 2023, at 4PM, Eastern Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6f15c97abcb4e97b273430194a69d18/view)
 
Place of Performance
Address: Windsor Mill, MD 21244, USA
Zip Code: 21244
Country: USA
 
Record
SN06656438-F 20230421/230419230119 (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.