Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2023 SAM #7904
SOURCES SOUGHT

Z -- Diana E. Murphy US Courthouse Elevator & Escalator Modernization Project

Notice Date
7/17/2023 8:07:15 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0023R0074
 
Response Due
7/24/2023 2:00:00 PM
 
Archive Date
10/31/2023
 
Point of Contact
Jennifer Styzek, Phone: 3123531214
 
E-Mail Address
jennifer.styzek@gsa.gov
(jennifer.styzek@gsa.gov)
 
Description
The purpose of this Sources Sought notice is to determine the availability and capability of qualified Small Businesses, Government Certified 8(a) Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, HUBZone Small Businesses, or Small Disadvantaged Businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research only.� Depending on market research and other influences, GSA anticipates issuing a Phase I solicitation for this project in September of 2023.� This is not a request for offers or proposals. The Government does not intend to award a contract based on responses and the Government is not obligated to and will not pay for information received as a result of this announcement. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 � Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $45M in average annual receipts over the past three (3) years.� Project Location: Diana E. Murphy U.S. Courthouse 300 S. Fourth St. Minneapolis, MN 55415 Project Description: The General Services Administration (GSA) intends to modernize the vertical transportation systems in the Diana E. Murphy U.S. Courthouse including the pair of escalators and the 13 elevators. The planned project delivery method is Design-Build. The aged equipment is causing increased costs for repairs and replacement parts due to lack of availability. Goals for the modernization include: minimizing long term operational and maintenance costs, compliance with safety standards and regulations,minimizing negative impacts to the agencies throughout the buildout, and completing the project within budget and schedule. Scope Summary: The design-build scope of work includes all labor and materials required to provide design, engineering, construction, and other related services necessary to modernize the existing passenger and freight elevators.� The basic modernization scope items to include, but are not limited to the following: Solid State drives to replace existing motor generators. New microprocessor Destination based electronic controllers. Door operators, wiring, safeties Lighting and fan power reduction Hoistway refurbishment including hoistway lighting, guide shoes and roller guides replaced. New machine room control systems, operating panels, feeder cables Elevator cab ceilings and lighting systems Operational safety feature upgrades to comply with current building codes Machine room piping and roof drain location modification if necessary due to new equipment New sump pumps or drainage in elevator pits Hazardous material abatement as necessary Replacement/refurbishment of all parts of the escalator, while maintaining the exciting truss The contractor should also have extensive experience with working in a fully occupied building. Options may be presented when the Request for Proposal (RFP) is released. The Design Build contractor will be fully responsible for all design, construction, and value engineering exercises if necessary related to the project.��� Project Description & Approach: The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build contract for the Diana E. Murphy U.S. Courthouse Elevator & Escalator Modernization project pursuant to the Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). GSA envisions a highly collaborative Design-Build delivery approach for this project where the DB contractor works closely with all stakeholders to deliver a project that meets the expectations and needs of the team members and GSA�s requirements to deliver economical and operationally efficient elevators. Federal energy goal compliance will be defined in the technical POR of the solicitation.� The project must comply with the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. The Design-Builder will be selected through a best value/tradeoff selection process.� During the development period, from initial concept to final design, the DB will work in close consultation with GSA and various stakeholders to ensure that all of the goals are addressed and that best value practices are utilized. There will be an informal partnering process throughout design and construction to promote successful project development and execution including a project kick-off meeting. All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to acceptance by GSA. Risks: The modernization of the elevators will occur while the building is fully occupied, and the phasing of the work will need to allow for continued escalator and elevator use. Work is to have minimal to no adverse impact on tenant missions.� Responses: Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 pages. The capability statement shall be sufficient in detail to allow the Government to determine the organization's qualifications to perform the work. The statement shall include:� 1) � � a) Company name� ��������b) Unique Entity Identifier ��������c) Active SAM registration� ��������d) Socioeconomic Status� 2) A statement describing the company's interest in performing the work. 3) Capabilities and experience with federal projects in design and construction of historic elevator upgrade/modernizations in the $10M - $15M range, utilizing the Design-Build Method.� Submitted references should highlight recent and relevant design-build elevator projects in fully occupied facilities within the past 10 years. Submitted projects must also demonstrate historic preservation experience. 4) Statement of capability to bond for a project in the $10M-$15M range. 5) Contact information, Point of contact name, Phone number, e-mail address and web address (if available). Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government�s evaluation of the information received.� Incomplete responses will not be considered in determining market availability.� Responses to this Notice shall be reviewed by the Contracting Officer for the purpose of determining whether there exists reasonable interest and capability.� A determination not to complete the proposed procurement based upon responses to this Notice is solely within the discretion of the Government in response to this Notice will be for review purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. Interested Offerors shall respond to the Sources Sought no later than 4:00 pm CST, July 24, 2023, via email to Jennifer Styzek at jennifer.styzek@gsa.gov.� �Subject line of the email shall appear as follows: Murphy Elevator/Escalator DB Sources Sought Response. Oral communications, telecommunications and faxed inquiries or comments are NOT acceptable as a response to this Notice. Only e-mail responses will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64d2c0ceac5c4964bd0c51c78b624a4b/view)
 
Place of Performance
Address: Minneapolis, MN 55415, USA
Zip Code: 55415
Country: USA
 
Record
SN06752319-F 20230719/230717230057 (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.