Repair Handicap and Plaza Concrete
47PF0019R0041: Repair Handicap and Plaza Concrete at the Nathaniel Jones Federal Building & U.S. Courthouse in Youngstown, Ohio THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers... 47PF0019R0041: Repair Handicap and Plaza Concrete at the Nathaniel Jones Federal Building & U.S. Courthouse in Youngstown, Ohio 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 General Construction services. The purpose of this project is to replace concrete sidewalks, parking lot, and steps at the Nathaniel Jones Federal Building & U.S. Courthouse located at 10 E Commerce Street, Youngstown, Ohio. This work will include, but not limited to: replacement of the curbs in the accessible parking area, concrete sidewalk adjacent to the accessible parking area, concrete in the lower plaza area, two sets of concrete stairs from the public sidewalk level to the middle plaza area and lower plaza area, damaged sections of the of the concrete in the upper plaza area, remove and salvage benches and guardrails; reinstall benches and guardrails after concrete replacement, replace cracked pre-cast concrete above the building entrance and at second floor balconies; remove and salvage railings for modification and re-installation once pre-cast concrete is replaced, replace damaged concrete adjacent to public sidewalks, and protect existing metal sculpture during demolition and construction. The North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction, with a size standard of $36,500,000. The estimated construction cost is between $250,000 and $500,000. This project will take place at Nathaniel Jones Federal Building & U.S. Courthouse in Youngstown, Ohio. It will be the contractor's responsibility to provide all the management, supervision, manpower, equipment and supplies necessary for completing the construction of this work. 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 more important than price. 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. A list of any significant subcontractors that may be a part of the construction team and a brief history of your experience working together. 3. Indicate any and all applicable small business representation(s) (Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, Woman Owned, etc). 4. What is your construction contract bonding capacity per contract? 5. Indicate if your business meets the small business size standard for NAICS 236220. 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 10 8.5x11 PDF pages. Responses are due by 2 PM CST on February 27, 2019. Submit your information to the Contracting Officer, Joe Loersch at joseph.loersch@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.).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »