Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PK0120R0003
This is a Sources Sought Notice only. This is not a request for proposals, and no proposals will be accepted as a result of this Sources Sought Notice. This notice is to determine the market interest ...
This is a Sources Sought Notice only. This is not a request for proposals, and no proposals will be accepted as a result of this Sources Sought Notice. This notice is to determine the market interest among small businesses in an upcoming solicitation for construction services Indefinite Delivery Indefinite Quantity (IDIQ) contracts for one base year, and four option years anticipated to be awarded in summer or fall of 2020. The anticipated awarded construction IDIQ contracts for repair and alteration (R&A) services that includes design build will be for four geographic zones within the Pacific Region which include the states of Arizona, California, Hawaii and Nevada. The four zones are as identified below: Zone 1 represents the entire state of Arizona and Nevada with the exception of Reno and Washoe County. Zone 2 represents the following counties in Northern California: Alameda, Contra Costa, Del Norte, Humboldt, Lake, Marin, Mendocino, Napa, San Francisco, San Mateo, Monterey, Santa Clara, Santa Cruz, Solano, Sonoma, Trinity, Alpine, Amador, Butte, Calaveras, Colusa, El Dorado, Glenn, Lassen, Modoc, Mono, Nevada, Placer, Plumas, Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Sutter, Tehama, Tuolumne, Yolo and Yuba. This zone also includes city of Reno, Nevada and Washoe County. Zone 3 represents the entire state of Hawaii. Zone 4 represents the following counties in Southern California: Los Angeles, Orange, Riverside, San Bernardino, Fresno, Inyo, Kern, Kings, Madera, Mariposa, Merced, San Benito, San Luis Obispo, Stanislaus and Tulare, Santa Barbara, Imperial, San Diego and Ventura. The contractor shall provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) to perform the typical services listed below: Typically services will consist of some or all of the following: Modifications to architectural components including but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork, and wall coverings. Work will also include modifications and replacement of mechanical systems to include but not limited to air handling units, chillers, boilers, ductwork systems and accessories, piping systems including pumps, HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. Work also includes electrical systems to include but not limited to: lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. In addition, some orders may include the requirement to provide design capability in the form of, but not limited to, drawings or sketches to describe proposed repair and alteration projects and to provide descriptions or specifications for proposed materials or equipment. Typical services will be performed for various Government-owned and leased buildings within the zones identified above under task orders. Contractor must plan, schedule, coordinate and assure effective performance of all construction to meet the requirements of GSA. The contractor will perform the construction in accordance with the specifications, drawings, and the provisions of the contract. To express interest in this upcoming solicitation, please respond with a capabilities statement, identification of which Zone(s) your firm is interested in seeking a contract in, and identification of your firm's small business status and any small business socioeconomic status such as women-owned small business, HUBZone, etc., by email only to Contracting Officer, Krista Miller at krista.miller@gsa.gov.