Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2015 FBO #5097
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE ONLY: Design-Build of Central Utility Plant 2 Building, St Elizabeths Campus, SE, Wash., DC

Notice Date
11/5/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
WPC-16-CUP2
 
Archive Date
11/25/2015
 
Point of Contact
Bonnie E Echoles, Phone: (202) 561-7821
 
E-Mail Address
bonnie.echoles@gsa.gov
(bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Market Research (SMALL BUSINESS CONCERNS ONLY) THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is NOT a request for proposals or qualifications. This notice does not represent a commitment by the government to issue a solicitation or award a contract. This is a request for information/market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a request for qualifications. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. PROJECT DESCRIPTION The Central Utility Plant 2 Building, which will provide the necessary additional power for the new headquarters for DHS campus buildings, will be a newly constructed building on the St Elizabeths campus, SE, Washington, DC. The Procurement is for Design-Build-Bridging services to be performed in a one-step process. The potential Offerors/General Contractors will be required to partner with a reputable and experienced architectural design firm to finish the construction documents and complete the CUP2 Building construction per the requirements. The Project will consist of the design and construction of the new building, localized soils stabilization efforts for two adjacent historic buildings, structural monitoring of historic building 52 and the installation of the related pads and mechanical and electrical equipment. Commissioning will also be part of the project. CUP2 is approximately 34,000 sf with 3-levels. For this effort the Architect/General Contractor team (AGC) must provide all design from the 30% bridging documents, management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. Performance of the design and construction must be in accordance with the design specifications, bridging documents and terms and conditions of the contract. The estimated construction cost range is between $50 - 70 million; with a completion period of 600 calendar days from receipt of Notice to Proceed. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $36.5 million If you are an interested firm, please provide a Written Letter of Interest, company brochure or literature (if available), and a response to the following questions. (All information submitted is subject to verification. Additional information may be requested to substantiate responses.) 1. Is your firm a Small Business? 2. Is your firm capable of Design-Build-Bridging services for a Central Utility Plant building with 30,000 square foot minimum? If yes, provide organizational experience as an AGC responsible for the construction of at least two similar projects, within the past ten (10) years, each of which is comparable in nature, type, and complexity to the project. The Written Letter of Interest must contain the following elements, at a minimum: 1. Name and address of company (inclusive of phone and fax numbers); 2. Name and email address of Individual within the company who will be the contact person, if the Government requires additional information; 3. Tax Identification Number, Duns No.; 4. North American Industry Classification System (NAICS) code(s) under which company operates The Government will review each response and will use the information it receives in response to this source sought notice as a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality, and delivery. A determination not to compete a 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. Please note: 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 award of a contract. Email response is preferred. Email Subject Line must read as follows: WPC-16-CUP2 Design-Build CUP2. RFIs regarding this notice will not be entertained. Expressions of interest must be submitted to the attention of the Contracting Officer, bonnie.echoles@gsa.gov, by 12:00 PM EST on November 10, 2015. Expressions of interests received after this date and time will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/WPC-16-CUP2/listing.html)
 
Place of Performance
Address: St Elizabeths Campus, 2701 Martin Luther King Avenue, SE, Washington, District of Columbia, 20032, United States
Zip Code: 20032
 
Record
SN03938949-W 20151107/151105234220-527c398c5f26e6ba827ef3910a036d2c (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 |
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.