SOURCES SOUGHT
Z -- HVAC, Lighting & Sprinkler Modernization Project at 515 W. 1st Street, Duluth, Minnesota 55802.
- Notice Date
- 3/15/2022 5:47:51 PM
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- PBS R5 CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- GSAR5AMDNCCB_2022_HVACLightingSprinklerCAREAct
- Response Due
- 4/15/2022 4:00:00 PM
- Archive Date
- 05/15/2022
- Point of Contact
- Sherri Turner, Phone: 3123392561, Malcolm C. Lewis, Phone: 3133179613
- E-Mail Address
-
sherri.turner@gsa.gov, malcolm.lewis@gsa.gov
(sherri.turner@gsa.gov, malcolm.lewis@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE (SSN) ***This is a request for interested parties only, this is NOT a request for proposals*** The U.S General Services Administration, Great Lakes Region, is issuing a Sources Sought Notice for a HVAC, Lighting & Sprinkler Modernization Project at 515 W. 1st Street, Duluth, Minnesota 55802. This Sources Sought Synopsis (SSN) serves as a means of conducting market market research purposes to determine if the capability necessary for a requirement exists in the marketplace, and whether or not the small business community can provide it at a fair and reasonable price.� The General Services Administration (GSA) is conducting this Sources Sought to identify small business contractors who possess the capabilities to provide services as specified below and to determine their availability, capability and adequacy.� GSA envisions awarding a competitively bid, fixed price single construction contract award. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 236220 and 238220 according to��https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf), and has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The base contract for the work will modify the HVAC system on the 3rd floor as follows: replace air handling unit (AHU), replace the fiberboard ductwork, modify the building automation system (BAS), install terminal boxes, and install new valve actuators for the perimeter heating system. This scope will require hazardous material abatement to address asbestos and lead contamination. The ceiling will be removed during HVAC construction, at which time the light fixtures will be replaced with LED fixtures and the sprinkler modifications will be completed. The contractor will be required to move tenants' furniture and build out swing space during construction. The work also includes two options: Option 1 includes replacement of the existing 1st floor Air Handling Unit (AHU) and Option 2 includes replacement of the existing 2nd floor AHU. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Interested parties should provide the following: Company Name, Company Address, Two points of contact, phone number and email address, Unique Entity Identifier (UEI) (formerly the DUNS number), and capability statement for the services as stated above.� Additionally, please provide three customer references to which you have provided similar services and your company business size pursuant to the following questions:� (1) Is your business small, (2) Does your firm qualify as a small, emerging business or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified Hubzone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? 7) Documentation of the company�s ability to obtain financing for a contract valued between $5,000,000 and $10,000,000. 8) Bonding capability. 9) List at least three (3) current commercial or government projects in the last 8 years of similar size and scope. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to Contracting Officer Sherri Turner at sherri.turner@gsa.gov, no later than March 25, 2022, at 2:00 PM (Central Standard Time).� Response is strictly voluntary - it is not mandatory to submit a response to this notice to participate in any formal RFP process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. Respondents will not be notified of the results of the evaluation.� Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions. We appreciate your interest and thank you in advance for responding to the Sources Sought.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cdc001faeca046b8a52bcda3f59ca6be/view)
- Place of Performance
- Address: Duluth, MN 55802, USA
- Zip Code: 55802
- Country: USA
- Record
- SN06267953-F 20220317/220315230106 (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 |