Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:EQWPIAA-19-0017
(SMALL BUSINESS CONCERNS ONLY) THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND ACQUISITION PLANNING PURPOSES This is not a request for quote or proposal. This notice does not constitute a commitme...
(SMALL BUSINESS CONCERNS ONLY) THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND ACQUISITION PLANNING PURPOSES This is not a request for quote or proposal. This notice does not constitute a commitment by the Government to issue an RFP, RFQ, contract, or order. The Government will not pay for any effort expended or any material provided in response to this announcement. Requests for a solicitation will not receive a response. This Sources Sought Notice is being issued by the General Services Administration for a Design Build Elevator Modernization project in the Harry S. Truman Federal Office Building, located at 2201 C Street, NW, Washington, DC. This project will be procured to extend the useful life of the building and bring the facility into compliance with applicable DOS operational requirements and National Building Codes such as fire and life safety. The scope of the project includes twenty-one elevators in the building needing to be renovated. Since 1988, approximately one-half, on the north side, of the building has been part of an ongoing modernization project. The elevators on the north side of the building are and have being addressed under the modernization scope. Elevators must be completely modernized, tested and inspected (final acceptance testing) before the next elevators can be removed from service. Perform all noisy and disruptive construction work during off hours and/or weekends. All companies (including subcontractors, designers and consultants) on the project must currently have a facility security clearance at Secret level in accordance with the Department of Defense Contract Security Classification Specification (DD Form 254) and all workers on the project must have a Final Secret clearance. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. This Notice seeks information to assist the Government in locating potential sources with the ability to satisfy its requirement. Small businesses including business in all socio- economic categories that are certified and qualified under the North American Industry Classification System (NAICS) Code: 238290 (Size Standard is $15 million) are encouraged to respond.. All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract. The estimated design-build cost range is more than $10,000,000 and Period of Performance is approximately 1,095 calendar days from date of Notice to Proceed. INTERESTED PARTIES ARE TO SUBMIT THE FOLLOWING INFORMATION: I. WRITTEN LETTER OF INTEREST that contains the following elements, at a minimum: •a) Name and address of company (inclusive of phone and fax numbers); •b) Name and email address of Individual within the company who will be the contact person, if the Government requires additional information; •c) Tax Identification Number, Duns No.; •d) North American Industry Classification System (NAICS) code(s) under which company operates •e) Provide Business Size and Socioeconomic Status (i.e. Small Business Concern, 8a, SDVOB, HUBZONE, WOSB, etc.) II. RESPOND TO THE FOLLOWING QUESTIONS AND PROVIDE THE FOLLOWING INFORMATION: Provide a capabilities statement/narrative demonstrating the firm's experience and direct responsibility in two (2) design build elevator projects comparable in nature, type, and complexity. Each of these two (2) comparable projects must have modernized at least one elevator machine room to code (elevator controllers, elevator motors, HVAC, lighting, fire safety, communication systems, etc.) as well as the associated elevator cabs for that elevator machine room. Provide capability statement/narrative demonstrating that YOUR FIRM has a CURRENT security clearance at Secret level in accordance with the Department of Defense Contract Security Classification Specification (DD Form 254). Provide a statement/narrative and that your firm will provide all necessary forces (subcontractors, designers and consultants, etc.) on this Truman Elevator project that meet Secret level requirements in accordance with the Department of Defense Contract Security Classification Specification (DD Form 254), and all workers on the project will meet Secret clearance level requirements. NOTE: By submitting information in response to this Notice, submitters of such information impliedly consent to the release and dissemination of submitted information to any Government or non-Government entity to which GSA releases and disseminate for review. As such, to the extent that any information submitted in response to this Notice is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this Notice constitutes consent to such handling and disclosure of submitted information. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Potential small business sources are invited to SUBMIT information stated above VIA EMAIL (Subject: SourcesSought_DBHSTElevator) to Tamara.Brown@gsa.gov and cc: Tammy.Arevalo@gsa.gov by NO LATER THAN 4:00 PM EST on April 3, 2019. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. GSA will not acknowledge receipt of responses to this Notice. Expressions of interest received after this date and time will not be reviewed.