Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PF-0019R-0055
THIS IS A SOURCES SOUGHT SYNOPSIS 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. This i...
THIS IS A SOURCES SOUGHT SYNOPSIS 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. This is a market research tool being utilized to determine the availability and adequacy of potential small business sources with the capabilities and experience to perform the required work. This announcement is seeking information regarding contractors who qualify as a Small Business. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. (For additional information on small business size standards and small business programs, please visit www.sba.gov.) Project Description: The General Services Administration (GSA), Great Lakes Region (Region 5), is conducting market research and is seeking sources for construction services. The project is a repair and restoration of terra cotta at the cornice of the Gerald W. Heaney Federal Building and US Courthouse. The restoration work on the terra cotta cornice includes, but is not limited to: cleaning of all units and joint surfaces, replacement of existing individual units (replacement in kind as well as reuse of salvageable units), repair of individual units (patching and recoating of existing units), comprehensive repointing of all joint systems, and installation of copper thru wall flashing. The Heaney Building is listed on the National Register of Historic Buildings; therefore all work shall conform to strict requirements for repairing and maintaining historic buildings and the Secretary of the Interior’s Standards for Rehabilitation of Historic Properties. The North American Industry Classification System (NAICS) Code for this procurement is 238140, Masonry Contractors, with a size standard of $15,000,000. The project price range is estimated between $1,000,000 and $3,000,000. This project will take place at Gerald W. Heaney Federal Building and US Courthouse in Duluth, Minnesota. The work will be completed over the course of two Spring/Summer/Fall seasons and require two mobilizations for the Contractor. Contracting Method: The “best value trade-off process” will be utilized in this procurement for the evaluation of offers and the selection of the successful company to receive the award. The Government will select the proposal that represents the best value based on the evaluation of both the technical factors and the total evaluated price. For this procurement, the technical factors will be significantly more important than price. The following non-price factors, all weighted equally, will be used to evaluate offers: 1. Experience providing Construction Services for Similar Projects 2. Project Management Plan/Approach 3. Staffing Plan and Qualifications of Key Personnel 4. Past performance on Similar Projects Sources Sought Response: If you are an interested party, please provide a capabilities package which includes the following information. All information submitted is subject to verification. Additional information may be requested to substantiate your response. 1. A short statement regarding your business’ expertise and experience on projects similar in scope and total project cost. 2. Indicate any and all applicable small business representation(s) (Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, Woman Owned, etc). 3. What is your construction contract bonding capacity per contract? 4. Indicate if your business meets the small business size standard for NAICS 238140. Interested firms should include in their capabilities package three projects completed within the last ten years similar to the work described above. Provide a customer point of contact for each project listed (e.g. telephone number and email address). Interested firms should submit their information to the Contracting Officer at the email address provided. Only electronic submissions will be accepted. Your submission should be no longer than ten (10) 8.5x11 PDF pages. Responses are due by 3:00 PM EST on March 7, 2019. Submit your information to the Contracting Officer, Daniel Nitu at daniel.nitu@gsa.gov. Note: GSA is seeking General Contractors that qualify under the U.S. Small Business Programs cited in the Federal Acquisition (FAR) Part 19, including 8(a), Women-Owned, Historically Underutilized Business Zone (Hub Zone), Small Disadvantaged, Service Disabled, and Veteran Owned Small Businesses (etc.)