SOURCES SOUGHT
Z -- GENERAL CONTRACTOR WITH DESIGN BID BUILD CAPABILITIES - SMALL BUSINESS
- Notice Date
- 9/18/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R9 ACQ MGMT DIV PROJECTS BRANCH (47PK01), 50 UNITED NATIONS PLAZA, 1ST FL, San Francisco, California, 94102-4912, United States
- ZIP Code
- 94102-4912
- Solicitation Number
- 47PK0117R0012
- Archive Date
- 10/10/2017
- Point of Contact
- Shelita Harper, Phone: 415-522-3206, Bernard Tong, Phone: 415.522.3162
- E-Mail Address
-
shelita.harper@gsa.gov, bernard.tong@gsa.gov
(shelita.harper@gsa.gov, bernard.tong@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- GENERAL CONTRACTOR WITH DESIGN BID BUILD CAPABILITIES Edward J. Schwartz Federal Office Building FY16 Design Bid Build Tenant Improvements EOIR, Grand Jury, EPA PROJECT, San Diego, California SOURCES SOUGHT NOTICE THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. This is not a request for offers, proposals, quotations or invitations for bids 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. The Government is not obligated to and will not pay for information received as a result of this announcement. A Requests for a solicitation will not receive a response. The General Services Administration (GSA), Region 9, PBS is conducting a sources sought to seek a qualified small business contractor with Design Bid Build experience to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining whether a set-aside is possible or whether full and open competitive procedures should be utilized. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Anticipated Procurement Requirements The Edward J. Schwartz Federal Office Building and Courthouse is located at 880 Front Street and 221 W. Broadway, in Downtown San Diego. This Repair & Alterations project includes tenant realignment and systems upgrade following the move of the IRS and the District Court Clerk and Judges to San Diego's New Courthouse Annex which was completed in the first quarter of FY2013. The project will cover 3 main areas of work: Recovery of vacant space work includes TIs, with related MEP upgrades on the 1st, 3rd, and 4th floors of both the Federal Office Building and the Courthouse wings of the building complex. Building system upgrade includes automatic transfer switches replacing main switch gear; new emergency generator; replacement of water shut-off valve, cracked plumbing at all floors; and cleaning & sealing of precast concrete panels on south side of FB wing. Fire/Life safety work includes sprinkler coverage retrofit; quick response sprinkler heads; electric fire pump to replace diesel pump. The Primary General Contractor performing the work must be able to perform and understand construction of fully occupied building, Courtroom Circulation Security Requirements, MEP (fire pump replacement, rooftop emergency generator installation). This Renovation & Alteration project proposes the backfill of space on the 1 st floor of the Courthouse (CH) with U.S. Grand Jury (4000 s.f.), the 1 st floor of the Federal Office Building (FOB) with a future tenant improvement (2,300 s.f.), 3 rd floor of the FOB with Environmental Protection Agency R9 (2000 s.f.), 4 th floor of the FOB with Environmental Protection Agency CID (1,500 s.f.), and 4 th floor of the FOB with Executive Office of Immigration Review (18,000 s.f.). The Schwartz Federal Building & Courthouse must remain fully operational throughout design and construction of the project. Work deemed to be disruptive to tenants must be scheduled after hours in order to minimize disruptions to building occupants and to maintain public safety. NOTICE All Contractors must be fully aware that this Multi-Tenant Improvement requires permitting for street closures for an overnight crane that may be involved in the rooftop emergency generator work. Asbestos Survey required in all scope areas, Abatement and Mitigation plan, Coordination for utility shut-off, fire sprinkler drain down, fire watch procedures related to fire pump replacement, coordination multiple federal tenant agencies and GSA Service Center. The project delivery method is expected to be Traditional Design-Bid Build. The General Contractor must be capable of providing all labor, materials, equipment, and testing required to successfully accomplish the above mentioned tenant improvement items procurement requirements. Design-Bid Build contract is tentatively to be awarded in the 3rd Quarter of 2018 in order for tenant move in the 3 rd Quarter of FY2020. Firms interested in this effort must be able to demonstrate experience as a General Contractor on three Similar Projects, as defined below : SIMILAR PROJECT means a project involving renovation and alteration (must include MEP), of a fully occupied federal office building or federal courthouse of more than 6 floors, exceeding $15,000,000.00 in initial award amount, that was substantially completed in the last 10 years. This notice seeks only those small business sources under North American Industrial Classification System (NAICS) code 236220 Commercial and Institutional Building Construction. 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 firm, 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. DUNS number, Central Contractor's Registration printout, certification letter from the Small Business Administration, etc.) 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. Identify whether your firm is 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. Please provide a narrative of your firm's experience and include at a minimum three (3) projects that meet the description of "Similar project" as described above. The narrative shall address the salient features for each project and include a client reference contact for each project, including name, title, address, e-mail, phone, and fax numbers. It is the responding firms' responsibility to ensure that client reference contact information is current and reliable. 4. Letter from Bonding Company certifying that the small business firm has bonding capacity in excess of $15,000,000 for a single project. Each response shall be reviewed by the Contracting Officer for the purpose 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 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. In any Joint Venture or teaming arrangement the Lead Contractual 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 15 percent of the cost of contract, not including the cost of materials, with its own employees FAR clause 52.219-14(b)(1) - Limitations on Subcontracting. Interested firms should submit their interest and provide the required documentation to this notice to Shelita Harper, Contracting Officer, via email only at Shelita.harper@gsa.gov. For additional information regarding this potential opportunity, please contact the Point of Contact listed in this notice. The DUE DATE for responses is Tuesday, October 3, 2017 by 3:00 PM Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/47PK0117R0012/listing.html)
- Place of Performance
- Address: Edward J. Schwartz Federal Building, 880 Front Street/221 West Broadway, San Diego, California, 92101, United States
- Zip Code: 92101
- Zip Code: 92101
- Record
- SN04681510-W 20170920/170918231116-72d899235781c972948c6355668524d6 (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 |