Federal Bid

Last Updated on 22 Jun 2018 at 8 AM
Sources Sought
Location Unknown

905 Exterior Restoration

Solicitation ID EQ10PCA-2-18-0031
Posted Date 25 May 2018 at 11 PM
Archive Date 22 Jun 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs R10
Agency General Services Administration
Location United states
 

The General Services Administration, Northwest/Arctic Region, Public Buildings Service is issuing this Sources Sought synopsis as a means of conducting market research to seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of having an interest in and the resources to support this requirement to clean, repoint, seal and make minor repairs to the building exterior of the 905 Federal Building located at 905 NE 11th Avenue, Portland, OR.

The NAICS Code assigned to this acquisition is 238140, Masonry Contractors, with a size standard of $15M. If you feel that different NAICS code would be more suitable please provide the NAICS code.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The decision to solicit for a contract shall be solely within the Government's discretion.

If your organization has the potential capacity to perform these contract services, please provide the following information in the numbered order below.  Please put NA if not applicable.

1. Business name, address e-mail address, Web site address, telephone number

2. Primary NAICS and Business size as listed in the System for Award Management website (sam.gov).

3. Provide a brief description of your workforce including disciplines trades, number employees per discipline/trade, certifications, licensing, and qualifications.

4. Identify any teaming arrangement with subcontractors/subconsultants that your firm has worked with or will need to work with to accomplish all of the work noted above.

5. Identify the number of projects and dollar value of projects that your firm or potential team has completed similar to this project.

6. Identify the number of projects and dollar value of projects that your firm or potential team has completed with the GSA.

7. Identify the number of project management and trades personnel currently cleared to work with GSA.

9. If you are responding to this Notice from outside the geographic location of the work, please provide a short narrative detailing how you propose to mobilize and perform the work at a fair and reasonable price to the Government.

10. Please indicate if your firm is large business, other than small business, small business socio-economic concern including, but not limited to service disabled veteran owned small business, veteran owned small business, women owned small business, economically disadvantaged women-owned small business, HubZone certified business, 8(a) certified business or joint venture, Alaska Native Corporation, Native American Tribally owned business or other business (provide details if other). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 15% for general construction and 25% for construction by special trade contractors as defined in FAR Clause 52.219-14.

11. Indicate whether you are interested in participating as prime contractor, subcontractor, subconsultant, or other. If other, clearly specify your interest.

12. Contract type preference (more than one should be provided)

13. If your firm has a current audit from a Federal Government audit of financial, pricing, and other systems (indicate date and agency).

Comments may also be provided in response to this Sources Sought Notice. Please note that it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business, economically disadvantaged women-owned small business concerns.

The Government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE RESULT IN A FULL OR PATIAL SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. YOUR RESPONSE WILL HAVE A DIRECT BEARING ON THE METHOD SELECTED. IF THERE ARE SUFFICIENT QUALIFIED SOCIO-ECONOMIC SMALL AND SMALL DISADVANTAGED FIRMS, THE GOVERNMENT MAY SET-ASIDE THE PROCUREMENT FOR THAT PARTICULAR CATEGORY. IF NOT, THE GOVERNMENT WILL NEED TO PURSUE FULL AND OPEN COMPETITION

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Responses shall be submitted electronically to the following e-mail address:  [email protected] with a courtesy copy to [email protected]. All correspondence sent via email shall contain a subject line that reads EQ10PCA-2-18-0031 Exterior Cleaning & Repointing 905 Federal Building.  If this subject line is not included, the e-mail may not get acknowledged. Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted.  Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted. 

 Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. 

 

Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (PST) Thursday, 7 June 2018. Direct all questions concerning this requirement to Gayle Hanson at [email protected].

Bid Protests Not Available

Similar Past Bids

Virginia 29 Sep 2022 at 12 PM
Saint paul Minnesota Not Specified
Virginia 29 Sep 2022 at 12 PM
California 19 Aug 2021 at 12 AM
Boston Massachusetts 16 Oct 2013 at 2 PM