Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOURCES SOUGHT

Z -- 7TH & D Building Modernization

Notice Date
9/21/2023 9:30:22 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS NCR CAPITAL CONSTRUCTION CTR 1 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
47PM0423N0003
 
Response Due
10/3/2023 8:00:00 AM
 
Archive Date
11/01/2023
 
Point of Contact
Cindy Dwier, Robert Jackson
 
E-Mail Address
cindy.dwier@gsa.gov, robert.n.jackson@gsa.gov
(cindy.dwier@gsa.gov, robert.n.jackson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. This Sources Sought notice is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 15. This notice is for informational purposes only and does not constitute an invitation for Bid or Request for Proposal and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought. Small businesses are encouraged to participate in this survey. The Government may base decisions about a future procurement on the responses to this survey. The General Service Administration National Capitol Region (GSA NCR) seeks to determine the availability and adequacy of potential sources to support. acquisition of the requirements stipulated below. Should acquisition of these requirements follow this market research effort, it will be conducted in compliance with the FAR Part 15 The applicable NAICS code for this procurement is 236220 Commercial and Institutional Building Construction with a size standard of $45 Million. BRIEF DESCRIPTION OF THE SCOPE OF WORK: This will be a Design-Build Firm Fixed Price Contract for the renovations of the former Regional Office Building (ROB) at 7th and D Streets SW (7DSW) in Washington DC to accommodate new tenants. The total project limits of work comprise approximately 935,000 building gross square feet and 60,000 square feet of surrounding site and site work. This area includes seven occupied floors above-grade, two penthouse levels, and two sub-grade levels. All major building systems are intended to be upgraded or replaced entirely in order to meet the requirements of the 2021 edition of the GSA P100 with its 2022 Addendum. The project will seek to provide energy savings and be certified to a GOLD Level under LEED BD+C v. 4.1. The interior layout will employ the most current workplace strategies, targeting 80% open office and 20% closed office. The source shall be capable of providing hazardous materials abatement and design-build services to include without being limited to significant upgrades to and/or replacement of civil, blast, structural, interiors, envelope, vertical transportation, lighting, electrical, plumbing, HVAC, fire / life safety, audio/visual, physical security, and information technology systems. The building�s design shall support federal utility use reduction goals while also meeting the requirements of local authorities, which will include CFA, NCPC, DC, WMATA, and others. While the building itself is not listed nor intended to be listed on the National Register of Historic Places, the DC State Historic Preservation Officer is also likely to be included in consultation, given the significance of fine arts murals in the building�s East Lobby. Firms will be solicited through www.sam.gov following formal source selection procedures. The estimated total construction cost range is $430 - $510 million and the total project period of performance is approximately 48 months from issuance of the Notice to Proceed. PROJECT SUMMARY / BACKGROUND: The western half of the Regional Office Building was constructed in 1933 as a federal government warehouse for the storage of paper and office supplies, providing an unusually robust frame for an office building. The concrete structure is seven stories high with multiple penthouse structures. The internal structure consists of a square 21-foot column grid with round, bell-capped columns and dropped slab panels supporting floor slabs that are typically 8-9"" thick. The warehouse was extended to the east later in 1935, doubling its size and available floor area. Floors 5-7 on the east half of the building were designed for office use and are concrete-covered steel frame with low clearance to the underside of the beams, organized around four light courts that have since been infilled. This portion of the building will require careful coordination to maintain 8�-6� ceiling heights. Following its use as a warehouse during World War II, the building was renovated in the late 1950's and converted for use as federal offices. The cast cement facade, designed in the 1930's Art Modern style, was resurfaced with cement stucco and coated with elastomeric paint in 1985. The fa�ade contains a regular pattern of aluminum framed windows that date from circa 2000. ADDITIONAL INFORMATION: All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to proposal submission. INTERESTED FIRMS: The following attachment has been provided for your completion. Any interested firm should provide a written Letter of Interest and a Response to the following questions (attached is the Sources Sought Questionnaire. No more than 3 pages) to Cindy Dwier Contract Specialist, at cindy.dwier@gsa.gov and Robert Jackson, Contracting Officer at robert.n.jackson@gsa.gov. NO LATER THAN 11:00 AM EST on October 03, 2023 You are encouraged to submit a Capability Statement to assist the government with market research and acquisition strategy planning. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The written Letter of Interest must contain the following elements, at a minimum: 1) Contractor's name, address, DUNS, and point of contact containing a phone number and email address. 2) Business size for the assigned NAICS code. Are you a small or large business? In addition to the size of business, indicate any other socioeconomic designations such as 8(a) Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran Owned Small Business, Small Women-Owned Businesses. 3) Include two (2) similar projects completed within the last ten (7) years. �Similar� is defined as a project with a minimum total contract value of $300,000,000 and the contractor's task included completing work in a government facility, including civil, blast, structural, fire/life safety, mechanical, electrical, and plumbing (MEP), and IT/AV design and construction. 4) Describe your company's bonding capability 5) If a company is/will be part of a joint venture, state names of joint venture members and their business size(s). The Government will review each response and will use the information it receives in response to this sources sought notice as a basis for determining whether there exists a reasonable expectation of obtaining a sufficient number of offerors from small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ecf9d5e96ed8402f9ed3bb963267d41c/view)
 
Record
SN06841399-F 20230923/230921230535 (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.