Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOURCES SOUGHT

Z -- Sources Sought Notice - Elevator Construction and Modernization IDIQ

Notice Date
11/30/2023 7:45:13 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PBS R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PM0024NatEleIDIQ-R1
 
Response Due
12/18/2023 11:00:00 AM
 
Archive Date
01/02/2024
 
Point of Contact
Ericka Wilson
 
E-Mail Address
ericka.wilson@gsa.gov
(ericka.wilson@gsa.gov)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not constitute a request for proposal, request for quote, or invitation for bid. The Government is not obligated to and will not pay for information received as a result of this announcement. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. GSA�s Public Buildings Service (PBS) is issuing this Sources Sought Notice to request industry feedback on the best way to structure the small business pool of IDIQ contracts described in this Sources Sought Synopsis Notice for nationwide Design-Build Elevator Modernization and Construction. A previous Sources Sought Notice was sent from the National Capital Region on June 01, 2023; however, this region is pushing its elevator modernization and construction vendors to submit responses prior to the release of the national solicitation. All are encouraged to participate to allow GSA to make an informed decision on supporting small businesses. The intent of this notice is to identify potential small and small disadvantaged business concerns including firms certified as U.S. Small Business Administration (SBA) 8(a), Historically Underutilized Business (HUB) Zone, Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB). 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 $22 million. Additionally, this announcement seeks to learn of any joint ventures or mentor-protege agreements which perform design, modernization, and construction. The General Services Administration (GSA), Public Buildings Service intends to award National GSA-wide Multiple-Award (MA) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract(s) for Elevator Manufacturing or Modernization/Construction companies with Design/Build capabilities to support the major modernization or construction of federal buildings at locations throughout the United States of America. GSA conducts its business activities through 11 offices (known as GSA Regions) throughout the United States. These regional offices are located in Atlanta, Boston, Chicago, Denver, Fort Worth, Kansas City (Missouri), New York City, Philadelphia, San Francisco, Seattle (Auburn), and Washington, D.C. Depending on market research, any potential solicitation and potential contract award may serve all or a portion of GSA�s 11 regions. A map of GSA Regions may be found via the following link: www.gsa.gov/about-us/gsa-regions All small businesses are encouraged to complete the questionnaire linked at the bottom of this announcement regardless�of your capability to serve all or a portion of one or more of GSA's 11 regions. Security requirements will be addressed per Task Order. In general, in order to be eligible to perform under security requirements on a task order, the contractor must possess the appropriate Facility Security Clearance Level (FCL) for that Task Order. Specifically designated personnel requiring access to classified information or to the Controlled Access Areas (CAA) must also possess appropriate security clearances based on the classification of the project. 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 $1,000,000.00 is required to operate in the small business pool of contractors (Pool 1) awarded an MA/IDIQ. This number may increase or decrease depending on the responses received. Performance and payment bonds are required for any construction contract exceeding $150,000.00. Contract Requirements The period of performance for the proposed contract may include a 3-year base with six 2-year option periods with on-ramping and off-ramping capabilities to ensure a consistent number of small businesses are active in the small business pool. At this time, GSA anticipates conducting two separate evaluations in order to determine which contractors go into which pools: one for a contractor pool of small businesses experienced, capable, and willing to perform elevator modernization and elevator construction efforts under $1 million (Pool 1) and one for a contractor pool of industry-wide leading contractors experienced, capable, and willing to perform elevator modernization and elevator construction efforts above $1 million which includes many high profile, high dollar elevator modernization projects (Pool 2). Federal Acquisition Regulation (FAR) 16.505 fair opportunity task order competitions would include all contractors within the appropriate pool. Type of Work Task orders may include the survey and design of public elevators, and the construction, including total elevator modernization of elevator cars located within Federal Buildings in any region identified above. Elevator modernization as defined includes complete upgrades of all components including but not limited to 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, Elevator Machine Room (EMR) duct detectors, smoke detectors, hoistway heat detector, EMR Heating Ventilation & Air Conditioning (HVAC) and control systems, or other components to maximize energy efficiency, reduction of cost per tonnage to operate, and maximum performance capabilities based on design application and use. Replacing pieces and individual components of elevators is not defined as construction or modernization but maintenance. The expectation is a complete upgrade as defined in the scope of each individual task order. There is currently a national elevator maintenance effort; maintenance will not be included in the scope. GSA uses an elevator standard, P100 which can be reviewed - https://www.gsa.gov/real-estate/design-and-construction/engineering-and-architecture/facilities standards-p100-overview Overall, the scope of task orders will be to implement and successfully execute a complete design-build construction project to modernize existing elevators or to construct new elevators. A separate pricing request for additional Private Elevators (non-residential, e.g. certain courthouse elevators) may be requested as a FAR 52.217-7 Option at the discretion of the GSA Task Order Contracting Officer and may be implemented under the contract as a modification during the project duration. Escalator modernization and construction is also being considered. 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 email their answers to the Sources Sought Synopsis questionnaire (https://forms.gle/fMrUJHoyGUDyQh578) NO LATER THAN: December 18, 2023, at 11:59 P.M. EST. For any problems or questions about the link, please contact Ericka.Wilson@gsa.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4f442297d1ef4d9cad0dac8fc4607002/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06899755-F 20231202/231130230053 (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.