Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOLICITATION NOTICE

Z -- GSA, JFB USCG Rescue 21 Tenant Improvement

Notice Date
11/19/2020 3:17:07 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0121R0003
 
Response Due
12/3/2020 3:00:00 PM
 
Archive Date
10/30/2021
 
Point of Contact
Becky Graham, Phone: 907-223-8671, Mark Mitchell, Phone: 509-279-3891
 
E-Mail Address
rebecca.graham@gsa.gov, mark.mitchell@gsa.gov
(rebecca.graham@gsa.gov, mark.mitchell@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBJECT:� COMBINED SOURCES SOUGHT/ PRESOLICITATION SYNOPSIS NOTICE PROJECT NAME:� GSA, JFB USCG Rescue 21 Tenant Improvement DESCRIPTION: This is a combined Sources Sought / Presolicitation Notice issued in accordance with Federal Acquisition Regulation (FAR) 5.101.� This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice.� The purpose of this notice is to publicize contracting opportunity and determine availability of qualified Small Businesses, 8(a), Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, or HUBZone Small Business firms capable of performing construction services to build out space in the Juneau Federal Building (JFB) for the Unites States Coast Guard (USCG) Rescue 21 (or R21) occupancy in October, 2021.� Place of performance is Juneau, Alaska. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government.� This notice is intended strictly for market research. PROPOSED SOLICITATION NUMBER:� 47PL0121R0003 SYNOPSIS:� 1. The United States General Services Administration (GSA) requires construction services to buildout space for the USCG R21 occupancy at the Juneau Federal Building in Juneau, Alaska.� Construction services are required to conform to Government furnished A/E 100% Construction Drawings (CDs).� The construction scope includes (but not limited to) HVAC, electrical, fire/life/safety, telecom, information technology, ceiling components, lighting and structural improvements.� It includes demolition and construction of new walls, doors, lights, switches, outlets, casework, offices, a network room, and sound attenuation. The Government intends to utilize a third party Construction Manager to assist GSA with submittal reviews, requests for information, inspections, etc. The JFB is currently occupied by several agencies, requiring construction work to occur after normal JFB working hours.� JFB normal working hours are 7:00 am to 6:00 pm Alaska Time, except weekends and federal holidays. 2. The JFB is located in remote southeast Alaska, accessible by air and boat.� The closest port with a road connection is Haines, Alaska, about a five-hour ride away from Juneau by regular ferry. 3. The applicable North American Industry Classification System (NAICS) Code for this project is 236220 Commercial and Institutional Building Construction; the small business size standard for this NAICS Code is $39.5 million U.S. dollars.� 4. Contractors shall be actively registered in the System for Award Management (SAM) as a small business for this solicitation's NAICS code at time of receipt of proposal.� Contractors are required to have a unique entity identifier number and an active registration in SAM (www.sam.gov) in order to conduct business with the Federal Government. 5. In accordance with FAR Subpart 36.204, the magnitude of this requirement in terms of physical characteristics and estimated price range is between $1,000,000.00 and $2,000,000.00. 6. Time for proposed contract completion is approximately 195 calendar days after Notice of Award. 7. This potential acquisition is being considered as set-aside for small business concerns. 8. Basis of award will be a best value / tradeoff selection process considering both price and non-price factors.� All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 9. Evaluation Criteria:� The Government will evaluate the submitted packages based on the following: (1) Proposed Plan and Management Approach, (2) Experience on Comparable Projects, (3) Schedule, and (4) Past Performance.� 10. Solicitation documents and document links will be available for download on or about December 30, 2020 at this website: beta.SAM.gov (www.beta.sam.gov) under Contract Opportunities.� Any amendments issued to the solicitation will be posted solely on this website.� Responses will be due approximately 30 days following the date of the posting of the solicitation. 11. A formal site visit will be organized to occur approximately 14 days following the date of the posting of the solicitation.� Location:� Juneau Federal Building, 709 W. 9th Street, Juneau, Alaska 99801.� SUBMISSION REQUIREMENTS: The Government is requesting that interested parties capable of satisfying the requirements identified in the DRAFT � Scope of Work (SOW) (Attachment 0.0), furnish the following information: a. Company name b. Address c. Point of contact d. Telephone number e. E-mail address f. Website (if available) g. Commercial and Government Entity (CAGE) Code h. Data Universal Numbering System (DUNS) Number i. SBA Socio-Economic status Small Business Small Disadvantaged Business Women Owned Small Business HUBZone Service Disabled Veteran Owned Small Business Other:__________________ j. A statement describing the company�s interest in performing the work k. Organization chart to include key personnel of the construction team l. Overview of your company with brief information on recent (within past five years) and relevant experience with design and m. construction of domestic water well and supply systems, particularly the type of contract performed, the dollar value of the contract, and the location of the contract. m. Statement of capability to bond for a project in the $1,000,000 and $2,000,000 range. Interested parties providing the above referenced material are requested to limit the size of their submission to no more than 10Mb in data size due to electronic submission data limits. NOTE:� Construction drawings referenced in the Draft SOW are subject to Sensitive but Unclassified (SBU) information and are located on a Government secure Google Drive.� Interested contractors must submit a completed SBU Document (Exhibit 0) and create a GSA Affiliated Custom Account (Reference Exhibit 1 � GSA Affiliated Custom Accounts). CLOSING RESPONSE DATE: Information regarding this notice must be emailed to rebecca.graham@gsa.gov�and mark.mitchell@gsa.gov. Receipt of potential offeror�s capabilities package is requested no later than 2:00 pm Alaska Time, December 3, 2020. Each response will be reviewed by the Contracting Office for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. THIS SOURCES SOUGHT/PRESOLICITATION SYNOPSIS NOTICE IS NOT A SOLICITATION DOCUMENT, BUT A PRE-NOTICE OF THE UPCOMING SOLICITATION. SPECIFIC INSTRUCTIONS ON SUBMITTING YOUR PROPOSAL WILL BE CONTAINED IN THE POSTED SOLICITATION DOCUMENTS. Contractors can search for opportunities and award histories on www.beta.SAM.gov without registering.� The Federal Business Opportunities website at www.beta.SAM.gov �has an Interested Vendors List and a Watchlist that you can add your company's interest at no cost. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/ and to utilize the Small Business Administration�s (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. (END OF NOTIFICATION)�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a41004f14d61476a99b9f5ea4334a094/view)
 
Place of Performance
Address: Juneau, AK 99801, USA
Zip Code: 99801
Country: USA
 
Record
SN05856965-F 20201121/201119230225 (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.