SOURCES SOUGHT
Z -- Sources Sought - Security Upgrades for TSA at Fort Lauderdale Airport
- Notice Date
- 10/9/2020 12:44:35 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R4 ACQUISITION MGMT DIVISION ATLANTA GA 30303 USA
- ZIP Code
- 30303
- Solicitation Number
- EQ4PPF-18-0038
- Response Due
- 10/16/2020 12:00:00 AM
- Archive Date
- 10/31/2020
- Point of Contact
- Reginald Pratt, Phone: 813-499-3137
- E-Mail Address
-
reginald.pratt@gsa.gov
(reginald.pratt@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FIR INFORMATION AND AQCUISISTION PLANNING PURPOSES (SMALL BUSINESS CONCERNS ONLY).�� This is not a request for quote or proposal. This notice does not constitute a commitment by the Government to issue an RFP, RFQ, contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement. Requests for a solicitation will not receive a response. This Sources Sought Notice is being issued by the General Services Administration for Design/Build Construction Services of office space and Security Upgrades for TSA at the Fort Lauderdale Airport located in Fort Lauderdale, FL.� �The airport is located at 100 Terminal Drive, Fort Lauderdale FL.� �The scope of the proposed project will include both the design and construction of office space to�include security upgrades installation�of High Security Locks, Duress Alarms, Intrusion Detection System, Hirsch Electronic Access Control, Video Intercom/Door Answering System with Door Locks Release, and CCTV System upgrades.�� A determination by the Government to compete/not compete this requirement based upon responses to this notice is solely within the discretion of the Government. This notice seeks information to assist the Government in locating potential sources with the ability to satisfy its requirement. Small businesses including business in all socio-economic categories that are certified and qualified under the North American Industry Classification System (NAICS) Code: 236220 (Size Standard is $36.5 million) are encouraged to respond. 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. The estimated magnitude for this project is $250,000.00 - $500,000.00 and the period of performance is 180�days from date of Notice to Proceed.�� If you are an interested firm please provide Written Letter of Interest, Company brochure or literature (if available); and a Response to the following questions (No more than 2 pages) by 4:00 pm EST, October 16, 2020�to Reggie Pratt via email at reginald.pratt@gsa.gov.� Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses. �Questions: 1.���������Is your firm a small business? If yes, please provide any socio-economic status������ ������������8(a) ������������Hubzone ������������Small Disadvantaged Business (SDB) ������������Veteran Owned Small Business (VOSB) ������������Service Disabled Veteran Owned Small Business (SDVOSB) ������������Women Owned Small Business (WOSB) / Economically Disadvantaged Women Owned Small Business (EDWOSB) 2.���������Is your firm capable of providing Design/Build Construction Services and installation of High Security Locks, Duress Alarms, Intrusion Detection System, Hirsch Electronic Access Control, Video Intercom/Door Answering System with Door Locks Release, and CCTV System upgrades�in an occupied Building.��If yes, please provide organizational experience as a General Contractor (GC), responsible for the construction and renovation of at least two (2) similar projects, within the past five (5) 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.���������Contractor's name, addresses, point of contact, phone number and email address. 2.���������Tax Identification Number and DUNS no. 3.���������North America Industry Classification System (NAICS) code(s) under which the company operates. 4.���������Contractor's Bonding Capacity estimated at $500,000.00 in the form of a letter from Surety per contract and aggregate amounts. The Government will review each response and will use the information it receives in response to this sources sought notice. 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. Primary Point of Contact: Reggie�Pratt, reginald.pratt@gsa.gov Phone: (813) 499-3137
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ec946292781d4f1394387c7ea86c73af/view)
- Place of Performance
- Address: Fort Lauderdale, FL 33315, USA
- Zip Code: 33315
- Country: USA
- Zip Code: 33315
- Record
- SN05825322-F 20201011/201009230140 (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 |