SOURCES SOUGHT
Z -- Renovation of HST 3234 WHA Cuba Affairs
- Notice Date
- 9/1/2017
- Notice Type
- Sources Sought
- NAICS
- #236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), NCR Capital Construction Center 2 (47PM02), 7th and D Streets, SW, Washington, District of Columbia, 20407, United States
- ZIP Code
- 20407
- Solicitation Number
- 47PM0217R0016
- Archive Date
- 9/30/2017
- Point of Contact
- Suemi Smith, Phone: 2407158055, Richard Brooks, Phone: 2022578863
- E-Mail Address
-
suemi.smith@gsa.gov, richardl.brooks@gsa.gov
(suemi.smith@gsa.gov, richardl.brooks@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: This is a SOURCE SOUGHT SYNOPSIS. The purpose of this synopsis is to gain knowledge of interest-level, capabilities and qualifications of various businesses. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will NOT be notified of the results of this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requested. Description/Scope of Work: The Work of this Project is defined by the Contract Documents and consists of the following: Renovating approximately 2,820 SF of existing office suite 3234 in the Department of State's Harry S. Truman building into a modernized, efficient, attractive, and professional work environment consisting of private offices, systems furniture office space, reception waiting area, data hub room, and workroom/pantry. Renovation work will also include hazardous material abatement, modification of existing MEP systems, installation of new MEP systems, and the modification of sprinkler systems. The estimated construction cost range is between $250,000.00 and $450,000.00. Security Requirements: A facility security clearance at SECRET Level with safeguarding is required for performance on this contract and any subsequent modifications, in accordance with the DD Form 254, Department of Defense Contract Security Classification Specification. Since it will be necessary for Contractor personnel to have access to classified material and/or areas requiring security clearance, each Contractor employee needing such access must possess a SECRET personnel security clearance issued by the Defense Security Service (DSS) prior to contract performance. Those individuals must maintain their security clearance throughout the duration of employment under this award. The Government will submit specific clearance requirements, by trade, as part of the RFP Process. The North America Industry Classification System Code (NAICS) is 236220, which includes Commercial and Institutional Building Construction. Interested PRIME CONTRACTORS are invited to submit a capabilities statement/narrative demonstrating the firm's experience in construction projects of a similar nature as described above. The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company name, address, point of contact with verifiably correct telephone number and email address. 2. Company business size, including any official teaming arrangements as a partnership or joint venture. Company documentation shall include verifying status as a certified 8(a) small business, women-owned small business, small disadvantaged business, Historically Underutilized Business Zone HUB zone small business, service disabled veteran owned small business, or veteran owned small business, if applicable. 3. Details of three (3) similar projects completed within the last five (5) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the three (3) similar projects: a. State whether the firm acted as the Prime Contractor or Subcontractor. b. Dates of construction for the three (3) projects. c. All projects shall demonstrate the installation of mechanical, electrical, and/or plumbing systems effectively integrated into the project. d. Project references (including owner with telephone number and e-mail address). e. Project cost, term, and complexity of job. 4. Information on the firm's bonding capability - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES. 5. Proof of SECRET Level Clearance. NOTE: Comments will be shared with the Government and the project management team, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Failure to submit all information requested will result in a contractor not being considered as an interested company. E-MAIL RESPONSES ARE REQUIRED. Electronic versions of your capabilities statement, no more than ten (10) pages, shall be submitted via e-mail to Suemi Smith, Contract Specialist at suemi.smith@gsa.gov. Again, this is not a request for proposals. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Sources. The Government will not reimburse responders for the cost of the submittals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/47PM0217R0016/listing.html)
- Place of Performance
- Address: Department of State, 2201 C Street, N.W., Washington, District of Columbia, 20520, United States
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN04659374-W 20170903/170901232031-564023c6dc4a1c72e03311ca44f0aa0f (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 |