Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PC0319R0004
THIS IS A PRE-SOLICITATION NOTICE ONLY. This is not a request for proposal. General Contractor for Construction Services for the St. Thomas, U.S. Virgin Islands Hurricane Recovery Project Reference is...
THIS IS A PRE-SOLICITATION NOTICE ONLY. This is not a request for proposal. General Contractor for Construction Services for the St. Thomas, U.S. Virgin Islands Hurricane Recovery Project Reference is made to FBO Sources Sought No. 47PC0319R0001, posted on December 14, 2018. All solicitation posts and updates for the St. Thomas, U.S. Virgin Islands Hurricane Recovery Project will be posted to this Solicitation No. 47PC0319R0004. The General Services Administration (GSA), Public Buildings Services, Northeast and Caribbean Region intends to issue a Request for Proposal (RFP) for a qualified General Contractor to provide construction services for the St. Thomas, U.S. Virgin Islands Hurricane Recovery Project. Following Hurricanes Irma and Maria on September 6, 2017, and September 20, 2017, respectively the Federal buildings, courthouses and surrounding areas suffered damage to the exteriors of these facilities. Damage included, but was not limited to the generators, water filtration/treatment plant, roof mounted chillers and fire pump rooms. The facilities also suffered damage to the interiors, including but not limited to exterior and interior glass doors and the building atrium and main lobby. The surrounding areas and complexes also suffered damage, including but not limited to the exterior lighting system, perimeter fencing, and site drainage. As a result, GSA intends to repair, replace and/or modernize site/building elements and building systems to protect the buildings and sites from future storms. The project for the St. Thomas, U.S. Virgin Islands Hurricane Recovery Project for the Ron de Lugo Federal Building and U.S. Courthouse, includes, but is not limited to, providing all labor, materials, tools and equipment necessary to replace the main electrical service feeder power pole, replace the fire pump room, replace the roofing system, provide a new exterior lighting system, replace all exterior windows and interior glass doors, replace perimeter fencing, replace full load generator and increase fuel tank capacity, enclose the building atrium and main lobby, install a new well and domestic water filtration/treatment plant, replace roof mounted chillers, and improve site drainage. The offeror selected will be required to supply all labor, materials, tools and equipment, and supervision necessary to complete services as required by the Scope of Work under the resultant contract. Work must be conducted to avoid disruption to building occupants. The Estimated Construction Cost for this project is between $15,000,000 and $20,000,000. The period of performance for this requirement is expected to be 553 calendar days. This requirement will be issued as a Total Small Business Set Aside in accordance with FAR 6.203. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction and the Small Business Administration size standard of $36.5 million dollars in annual receipts averaged over the last three (3) completed fiscal years. The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1 - Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR 15.101). This process permits tradeoffs among cost or price and technical factors, and allows the Government to accept other than the lowest priced proposal. For this procurement, the technical evaluation factors when combined will be approximately equal to cost or price. GSA anticipates issuing the RFP on or about May 22, 2019, with receipt of proposals at a minimum of thirty (30) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted at the FedBizOpps website via http://www.fbo.gov. No telephone requests will be accepted and no paper copies will be mailed to prospective offerors. There is expected to be a Pre-Proposal conference and site walk-through. Information and details will be posted on the FedBizOpps website. Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at http://www.fsd.gov. The solicitation and associated information will be available from the FedBizOpps website mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FedBizOpps posting. Offerors will not be reimbursed for proposal submittal expenses. Several solicitation documents will be posted as "Locked" packages in the FedBizOpps posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the fbo.gov website, under the "Getting Started" tab. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO THIS NOTICE TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. DISCLAIMER: The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps site for electronic downloading. This site will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites can occasionally be inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.