SOURCES SOUGHT
Z -- Sources Sought Ad for Small Businesses Only for the Limited Repair and Alterations at the Robert F. Peckham Federal Building and U. S. Courthouse, 280 South First Street, San Jose, California
- Notice Date
- 12/20/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (9PQ), 50 United Nations Plaza, San Francisco, California, 94102-3405, United States
- ZIP Code
- 94102-3405
- Solicitation Number
- SS-00132-LimitedRandA
- Archive Date
- 1/21/2017
- Point of Contact
- Beverly Chin, Phone: 4155223141
- E-Mail Address
-
beverly.chin@gsa.gov
(beverly.chin@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. The award of this project is subject to the availability of funds. The General Services Administration (GSA) is seeking qualified small business general contractors to perform a Heating Ventilation and Air Conditioning (HVAC) building system upgrade and courtroom AV electrical infrastructure upgrades; and accessibility improvements to the courtrooms at the Robert F. Peckham Federal Building and U.S. Courthouse, 280 South 1 st St, San Jose, California. The Robert F. Peckham Federal Building and U.S. Courthouse is located in downtown San Jose, California, this 1984 property consists of two low-rise steel frame buildings with exterior precast concrete cladding. The five-story Courthouse share a basement level with and is connected by a steel trussed sunshade structure as well as two exterior pedestrian bridges at the second and third levels with the three-story Federal Building. The 5-story Courthouse and 3-story Federal Building complex totals 269,340 gsf, (231,455 rsf). The project includes Heating Ventilation and Air Conditioning (HVAC) building system upgrade and courtroom AV electrical infrastructure upgrades; and accessibility improvements to the courtrooms. The project will be structured with a Base Bid and Several Options. The scope of work will be to replace all Air Handling Units (AHUs) located on both the Federal Building and U.S. Courthouse. The scope of work will also include replacing the Cooling Tower that is located on the U.S. Courthouse Building. The scope of work will also include replacing Variable Air Volume (VAV) boxes in both the Federal Building and U.S. Courthouse. The existing HVAC zones will also be reconfigured by installing new VAV boxes and the associated ductwork. The existing ceiling tiles on 3 floors will also be replaced with a new 2 x 2 ceiling grid. There will also be replacement of the existing fire protection system that is associated with the HVAC and ceiling replacement work. The scope of work will also include the AV electrical infrastructure upgrades to courtrooms. Two courtrooms also require ABA upgrades and carpet replacement. Options will include the Chillers replacement and Boiler/Domestic Hot Water replacement. Construction will be performed in phases so as to allow for continued use of the building. The estimated cost range is between $5,000,000.00 - $10,000,000.00. 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. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). 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. GSA is in the process of determining the availability, adequacy, and capabilities of potential small business sources prior to issuing a Request for Proposal for a General Contractor to perform a Heating Ventilation and Air Conditioning (HVAC) building system upgrade and courtroom AV electrical infrastructure upgrades; and accessibility improvements to the courtrooms at the Robert F. Peckham Federal Building and U.S. Courthouse, 280 South 1 st St, San Jose, California. If no responses are received from potentially responsible sources, GSA under FAR Part 19.502(2) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. Firms interested in this effort must be able to demonstrate experience as a General Contractor on three (3) SIMILAR PROJECTS as defined below: SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a SIMILAR PROJECT, the project must meet all three (3) elements of size, type, and complexity as further defined here. To be considered similar in size projects must exceed $7,000,000.00 in construction costs and be completed in the last five (5) years, or be 75% complete as of November 30, 2016. To be considered similar in type projects must include one or all of the following elements: renovation construction involving HVAC system upgrades, working in a fully occupied building, and the development and implementation of a phasing plan to accomplish the work. To be considered similar in complexity projects include, but are not limited to, Federal, State, County, City Office Buildings; Hospitals; Prisons; Federal, State, County Courthouse; Colleges and Universities; or Airports. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under North American Industrial Classification Systems (NAICS) code 236220 Commercial and Institutional Building Contracting. The small business size standard for NAICS code 236220 is $36,500,000.00 in average annual receipts over the past three years. If you are an interested small business, per the definition above, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. Please provide proof, i.e., SAM.GOV Registration printout, that your firm is a Small Business in accordance with NAICS Code 236220 (average annual receipts less than $36,500,000.00 for the past three years). 2. Is your firm an 8(a), Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business? (For additional information on small business concerns visit www.sba.gov ) 3. Provide three (3) SIMILAR PROJECTS as described above that demonstrate the small business firm's past experience as a General Contractor. Submit a reference (name, title, phone number, and e-mail address) for each project submitted. 4. Letter from Bonding Company certifying that the small business firm has bonding capacity in excess of $10,000,000.00 for a single project. Each response shall be reviewed by the Contracting Officer for the purposes of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible 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. In any Joint Venture or teaming arrangement the Lead Contractual Construction Firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least fifteen percent (15%) of work performed on-site has to be performed by its own workforce. Interested Construction Firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Beverly Chin, Contracting Officer, via e-mail to beverly.chin@gsa.gov. For additional information regarding this potential opportunity, please contact Beverly Chin, Contracting Officer. The DUE DATE for responses is January 6, 2017 by 4:00 p.m. Pacific Standard time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PP/SS-00132-LimitedRandA/listing.html)
- Place of Performance
- Address: Robert F. Peckham Federal Building and U. S. Courthouse, 280 South First Street, San Jose, California, 95113, United States
- Zip Code: 95113
- Zip Code: 95113
- Record
- SN04355867-W 20161222/161220234221-14bc45135d7012dfda63bf35f0cbf049 (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 |