Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOURCES SOUGHT

Y -- NASA Ames Engineering and Mission Operations Facility Project

Notice Date
6/6/2024 12:57:14 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
47PD0224R0081
 
Response Due
6/24/2024 11:00:00 AM
 
Archive Date
07/09/2024
 
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 design-build delivery of the National Aeronautics and Space Administration (NASA) Engineering and Mission Operations Facility (EMO) N278 to be constructed within the Ames Research Center in Moffett Field, CA. 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 U.S. General Services Administration (GSA) and the National Aeronautics and Space Administration (NASA) are partnering to develop the Engineering and Mission Operations Facility (EMO) N278 to be constructed within the Ames Research Center in Moffett Field, CA. The scope for the new EMO includes: Existing Building and Site Demolition: As part of this Design-Build Contract, two existing buildings and a gas filling station will be demolished. The two existing buildings requiring demolition include the Motor Pool (Building N251) and the Machine Shop (Building N216). Two (2) existing Motor Pool Fuel Pumps with underground fuel tanks are located at the East Side of the site and will also require demolition.� Building N278 Construction: This new facility will co-locate several key program functions and include offices, meeting space, technical labs, and support space.� Building N278 will be an important contribution towards realizing the goals of the �walkable campus� as outlined in the Center Master Plan for the NASA Ames Research Center and will address NASA�s requirements to reduce the footprint and O&M costs while providing a healthy, safe, efficient, modern, flexible, and sustainable work environment. 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. The contractor will be required to have the ability to successfully coordinate all of the design and trade/subcontractor work and complete this project within all applicable government guidelines governing the work. The location of performance is: Ames Research Center in Moffett Field, CA 94035 Size Standard: The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45 million. Magnitude of Construction: The order of magnitude for the contemplated acquisition, inclusive of base and all options, is between $33,000,000 and $43,000,000. 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-off s between price-related and non-price related factors.� The project award will comply with FAR Subpart 22.5 - Use of Project Labor Agreements for Federal Construction Projects. 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. Provide project specific examples of past efforts of similar delivery method (design-build), contract value ($33M-$43M), design excellence, or laboratory construction to demonstrate your ability to perform 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 2025. 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. Nonproprietary, 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 24 June 2024 at 2 PM EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ed696c7d7fe411da7c3ac3c1814b61a/view)
 
Place of Performance
Address: Moffett Field, CA 94035, USA
Zip Code: 94035
Country: USA
 
Record
SN07089439-F 20240608/240606230126 (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.