Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:EQ5P2SS3P2-19-0009
THIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES AND MARKET RESEARCH ONLY. The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Dis...
THIS IS A SOURCES SOUGHT NOTICE FOR PLANNING PURPOSES AND MARKET RESEARCH ONLY. The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors. 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 sources prior to issuing a formal solicitation. 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. If no responses are received from potentially responsible small business sources, GSA under the FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. The General Services Administration (GSA), Region 05, is seeking a qualified Roofing Contractor for the Social Security Minneapolis Rooftop and Rooftop Units Replacement Project located at 1811 Chicago Avenue in Minneapolis, Minnesota. The scope of work for this project will include but is not limited to removal of existing air handling units on the roof including substructure beams underneath to be replaced with new small air handlers. Along with removal of existing roofing system and replaced with a new Ethylene Propylene Diene Terpolymer (EPDM) including flashings and insulation. In addition, removal and disposal of any asbestos contain silver paint material that might exist on the roof flashing, tarry seam sealer on asphalt flashing and metal flashing. The construction performance period is 60 calendar days upon receipt of on-site notice to proceed. The construction cost estimate is between $500,000 and $1,000,000. The North American Industry Classification System (NAICS) for the proposed acquisition is 238160, Roofing Contractor. No other information is available. If you are an interested party and believe you are qualified to act as a Roofing Contractor for this project, please provide the following information. All information submitted is subject to verification. Additional information may be requested to substantiate the responses. 1. A short statement regarding your business expertise and experience on projects similar in scope and size. 2. Are you a small or large business? If small business, indicate any and all applicable small business representation(s) (8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, etc). 3. Do you have the bonding capability to cover 100% of construction cost? 4. Include three projects completed within the last five years similar in size and scope to the work described above. Provide a customer point of contact for each project listed (telephone and email address). 5. Indicate your intent to bid on a subsequent solicitation. Interested firms should submit the above information to the Contracting Officer at the email address provided in the point of contact section of this announcement. Only electronic submissions will be accepted. Your submission should be no longer than 5 pages. Responses are due by 9:00 am CST on Wednesday, January 16, 2019. Respondents will not be notified of the results of the evaluation. NOTE: All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE)-FedBizOpps (FBO) system at www.fbo.gov.