SOURCES SOUGHT
Z -- Roof Repairs at the Almeric L. Christian US Courthouse & Federal Office Building located at St. Croix, USVI
- Notice Date
- 11/13/2024 10:33:09 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 REPAIR AND ALTERATIONS BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- SourcesSought_VI0008ZZ_Roof
- Response Due
- 11/27/2024 12:00:00 PM
- Archive Date
- 11/28/2024
- Point of Contact
- Olga Rodriguez, Phone: 6462858179
- E-Mail Address
-
olga.rodriguez@gsa.gov
(olga.rodriguez@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 request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Market research is being conducted to determine if there are Small Businesses with the capabilities to perform the required work. The General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (R2) is considering issuing one (1) solicitation for construction services at Almeric L. Christian USCH & FOB, in St. Croix, USVI. DESCRIPTION The project for Roof Repairs at the Almeric L. Christian Federal Courthouse & Office Building located at St. Croix, U.S. Virgin Islands includes, but is not limited to providing all labor, materials, tools, and equipment necessary to replace the building sloped metal roof and Thermoplastic Polyolefin (TPO) roof membrane. The work includes: Demolition of the existing building metal roof panel systems Provide and install new sloped metal roofing (pre-finished standing seam interlocking) to withstand future Category 5 hurricane events Provide repairs to sheathing plywood that experienced water damage (limited areas) Removal and replacement of the TPO roof membrane on flat roofs Provide new secondary roof drain. The work includes core drilling through existing concrete roof slab as required to support the renovations. The Government might issue a solicitation for this acquisition around January 2025. The estimated cost of construction range for this project is $1-5 million. The sources sought announcement will identify potential General Contractors (GC) with the capabilities to perform the Scope of Work outlined above. This project will be a negotiated procurement issued in accordance with FAR Part 15. In this process, the Government anticipates awarding this project to the most highly qualified GC firms with whom it can negotiate a fair and reasonable price for the project. GSA is also seeking information on GC firms that are interested in this acquisition who qualify under the 8(a) Program, the HUBZone Program, Women-Owned, and/or the Service-Disabled Veteran Owned Small Business Procurement Program. The North American Industry Classification (NAICS) for this potential acquisition is 236220, Commercial and Institutional Building Construction. The Small Business size standard is average annual sales and receipts for the past three (3) years that are less than $45,000,000. If you are an interested firm, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (5-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm's capability to perform this project. QUESTIONS 1. In the past ten (10) years, has your firm successfully completed a project in the USVI? 2. What is your maximum bonding capacity? 3. In the past ten (10) years, as GC, what is the largest dollar value construction project your firm has successfully completed? Provide a brief narrative that demonstrates your firm's capabilities providing general construction services. 4. In the past ten (10) years, as GC, has your firm performed phased construction within an operational/occupied building or site? Provide a brief narrative of the most recent project demonstrating this capability and your firm's capabilities in providing the necessary coordination and logistics to deliver the project on time, on budget and with minimal disruption to operations. 5. In the past ten (10) years, as GC, has your firm performed replacement of sloped metal roof systems for office buildings, courthouses, or other institutional buildings while maintaining its operational functions? If yes, briefly describe your experience and include the dollar value of your largest project. 6. In the past ten (10) years, as GC, has your firm performed replacement of TPO roof membrane for office buildings, courthouses, or other institutional buildings while maintaining its operational functions? If yes, briefly describe your experience and include the dollar value of your largest project. 7. Is your firm considered a small business concern with a size standard of less than $45,000,000 in annual receipts average of the last three (3) fiscal years? Otherwise, indicate if you are a large business firm. 8. Is your firm a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business? If yes, please indicate the applicable representation(s). Submission Instructions: As this notice is a Sources Sought announcement, firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Olga Rodriguez, Contracting Officer and Soraya Vega, Acquisition Management Specialist. All responses must be submitted via email to olga.rodriguez@gsa.gov and soraya.vegarosado@gsa.gov by 4:00 p. m. (AST) on Wednesday, November 27, 2024. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No paper copies will be accepted. For Informational Purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission. Note: The information provided in response to this announcement is strictly for informational purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal (RFP). Since this is a Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f991466f12244993bd3a221de47632bd/view)
- Place of Performance
- Address: Christiansted, VI 00820, USA
- Zip Code: 00820
- Country: USA
- Zip Code: 00820
- Record
- SN07264147-F 20241115/241113230112 (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 |