SOURCES SOUGHT
Y -- Sally port at St. Thomas Federal Building and Courthouse
- Notice Date
- 11/12/2010
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
- ZIP Code
- 10278
- Solicitation Number
- GS-02P-11-DT-C-0005
- Point of Contact
- Miriam Lopez, Phone: (212) 264-9491, Miriam Lopez, Phone: (212) 264-9491
- E-Mail Address
-
miriam.lopez@gsa.gov, miriam.lopez@gsa.gov
(miriam.lopez@gsa.gov, miriam.lopez@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of technically capable and otherwise responsible firms that would be interested in submitting offers for this anticipated solicitation. The General Services Administration ("GSA") Northeast and Caribbean Region is conducting a market survey and is seeking a General Contractor fo r construction services. The requirements for this opportunity to construct Sally port at St. Thomas Federal Building and Courthouse, The project will involve: Construction of 880 sf of space on the north side of the building and alterations to existing corridor to accommodate new construction. This work will include, but not limited to •1) Partial removal of existing walls and windows on the first floor •2) Extending building footprint by constructing foundations and walls to the existing 2 nd floor slab, •3) Installation of exterior windows and garage door. •4) Tenant fit-out including mechanical, electrical work and equipment installation •5) Paving reconstruction on approach to a Sally port The services for this project limited to general construction services. Construction will comply with specifications and design drawings. All shop drawings and submittals will be reviewed and must be approved by Architect Project will require work to be performed within an occupied Federal Office Building while minimizing disruptions to the operations of the existing facility. Majority of work may be requested to be performed during other than normal working hours. The work will be performed on the 1st floor of three story existing building. Construction is anticipated to begin between May 2011 and August 2011. The current estimated construction cost range is $500,000 to $1,000,000. The estimated project duration is 5 months (153 days) after Notice to Proceed (NTP). The North American Industry System (NAICS) code for this effort is 236220 and the Small Business Administration (SBA) size standard is $33.5 million dollars in annual receipts averaged over a concern's latest three (3) completed fiscal years. If you are interested in construction contract, please provide with your Written Letter of Interest a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. •1. Do you meet the small business standard (average annual receipts less than $ 33,500,000.00 for the past 3 years?). Otherwise, indicate that you are a large business firm. •2. Is your firm an 8(a), Hub zone Small Business and/or Service Disable Veteran-Owned Small Business (Please indicate the applicable representation(s)? (For additional information on small business size standards and small business program, please visit www.sba.gov ). •3. In the past ten (10) years, has your firm completed similar construction contract? If yes, please provide a brief description of that experience. •4. In the past five (5) years, has your firm completed any project demonstrating experience with high end interior construction (I. e. courtroom, judge's chambers, other court related spaces or high-end commercial tenant interior and surrounding areas)? If yes, please provide a brief description of that experience. Firms should indicate eligibility for SBA programs and whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Additional information related to SBA programs can be found at www.sba.gov. If the Government proceeds with this procurement, the contract will be based on lowest price technically acceptable firm. All interested offerors responding to this request must be registered in the Central Contractor Registration (CCR) before they can be considered for this procurement. Information concerning CCR requirements may be viewed via the Internet at www.ccr.gov or by calling 1-888-227-2423. Companies who have the necessary construction experience, as well as an interest in this project, should submit a statement of capabilities, which is NOT a proposal, but rather a short statement regarding the firm's expertise and experience on construction projects similar in scope to the one described in this notice. Interested firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Miriam Lopez, Contracting Officer. You can either FAX your response to 212-264-0588, Attn: Miriam Lopez or submit through email to Miriam.lopz@gsa.gov by November 30, 2010. For additional information regarding this potential opportunity, please contact Ms. Lopez at 212-264-9491.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PCB/GS-02P-11-DT-C-0005/listing.html)
- Place of Performance
- Address: 5500 Veterans Drive, Charlotte Amalie, St. Thomas, U.S. Virgin Islands, United States
- Record
- SN02326824-W 20101114/101112233753-e7b0d50f390b4862564dec7fbe1b0a01 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |