Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOURCES SOUGHT

Z -- Hydronic Piping, Phase 3, Thomas P. O'Neill Federal Building, Boston, MA

Notice Date
1/15/2020 4:45:46 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
PBS R1 BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
MA0153ZZ
 
Response Due
1/31/2020 10:00:00 AM
 
Archive Date
02/15/2020
 
Point of Contact
Judith Muise, Phone: (617) 565-7399, James M. Adamo, Phone: 6175658619
 
E-Mail Address
judith.muise@gsa.gov, james.adamo@gsa.gov
(judith.muise@gsa.gov, james.adamo@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� This is not a solicitation or a request for proposal and no contract will be awarded from this notice.� No solicitation or specifications are available at this time. The U.S. General Services Administration (GSA), Public Buildings Service (PBS), New England Region, Acquisition Management Division, is conducting market research to determine if any Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Women-Owned Small Business (WOSB), or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. The Thomas Phillip O�Neill Federal Building in Boston, MA, was constructed in 1985 with over 850,000 square feet of office and support floor area.� The hydronic piping systems that provide heating and cooling throughout the building have extensive exterior corrosion from the accumulation and trapping of condensation within the insulation and are at risk of failure.� This project systematically replaces aging hydronic piping on the North elevation (Phase 3).� This project will provide for a complete replacement of all risers, valves, main and branch piping lines, shut-offs, insulation, fire stopping and all other accessories. Work will be performed both on and off hours during the non-heating season. The tenant agencies will have a say on when work can be performed in their space.� Daytime work is in an occupied office building setting.� Work includes, but is not limited to, the opening of gypsum wallboard (GWB) columns to access the risers, acoustical ceiling work to access the branch piping, moving of furniture, protecting existing building finishes and furnishings, patching/painting of GWB, and reinstallation of acoustical ceiling systems. � The anticipated period of performance of this construction contract is 9 months from the date of Notice to Proceed.� However, work may be suspended during the heating season. � All qualified Small Businesses are encouraged to respond.� The Government will not pay for any information solicited.� Respondents will not be notified of the results of the evaluation.� One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is an acceptable strategy for the procurement.� The Government anticipates a contract award for these services in the summer of 2020. �The appropriate NAICS Code is 238220 with a small business size standard of $16.5M dollars. � Reference https://www.sba.gov/document/support--table-size-standards and https://www.naics.com/. FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and will be strictly enforced. It is requested that interested parties submit a brief capabilities package.� The package shall address, at a minimum, the following: (1)�� Examples of projects worked within the last five (5) years of a similar size, scope, complexity and duration as the work indicated.� State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact. (2)�� A narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. (3)�� Company profile, to include number of employees, annual receipts, office location(s), and DUNS number. (4)�� Evidence to establish your company's standing as a SDVOSB, WOSB, HUBZone or 8(a) small business concern under the applicable NAICS code. (5)�� A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this procurement.� Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package.� Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards. Responses to this Sources Sought Notice shall be mailed to the following address:� General Services Administration Acquisition Management Division (1PQ) Attn:� Ms. Judith Muise Thomas P. O�Neill Federal Building 10 Causeway Street, Room 1100 Boston, MA 02222 Responses must be received no later than 1:00 p.m., Local Time on January 31, 2020.� Electronic submissions will be accepted and can be emailed to Ms. Judith Muise at Judith.muise@gsa.gov. �Questions regarding this notice may be addressed to Ms. Muise at (617) 565-7399 or James Adamo at (617) 565-8619 or james.adamo@gsa.gov.� Failure to submit all information requested may result in a contractor not being considered as an interested small business concern.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f0f99da234f04838b6fbe7ea8888fe0f/view)
 
Place of Performance
Address: Boston, MA 02222, USA
Zip Code: 02222
Country: USA
 
Record
SN05536164-F 20200117/200115230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.