Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
MODIFICATION

Z -- Repairs and Alterations in Federally-Owned and Leased Space in New York Metropolitan Area

Notice Date
2/2/2006
 
Notice Type
Modification
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-06-PLD-0007
 
Response Due
2/10/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is modification #2 to an announcement previously posted on 1/27/06. PLEASE NOTE CHANGES FROM INITIAL POSTING IN CAPITAL LETTERS. This is a SOURCES-SOUGHT synopsis. The General Services Administration is seeking Repair and Alteration Services for Real Property (Government-owned and leased space) on an indefinite-quantity (as-needed) basis. The services will be required primarily in Federal Buildings and U.S. Courthouses located in New York City, Long Island, and Westchester County, in New York State. The work involves repairs and alterations to the interior of buildings and includes, but is not limited to, demolition of interior building components; installation of duct work; construction of partitions, doors, and frames; installation of acoustical ceilings; removal and installation of ceiling and floor tile; installation of carpet and floor systems; removal and installation of various electrical devices and components; installation of copper tubing and check valves for domestic water supply; and interior painting. THIS ANNOUNCEMENT IS NOT FOR A SPECIFIC PROJECT; THIS WILL BE AN INDEFINITE-QUANTITY (OPEN-ENDED) CONTRACT AND THE VARIOUS FIRMS AWARDED CONTRACTS WILL BE REQUIRED TO COMPETE FOR PROJECTS THAT ARISE DURING THE TERM OF THE CONTRACT. The contractor must be capable of performing at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees (but see note below). The contractor must also be capable of performing several projects concurrently; projects may range from $2,000.00 to approximately $2,470,000.00 (GSA Prospectus Level). The contractor will be required to furnish a bid bond and performance and payment bonds on projects over $25,000.00. The intended term of the contract is one-year with four 1-year options. The Government intends to award multiple contracts for this solicitation. YOU WILL BE EXPECTED TO SERVE AS GENERAL CONTRACTOR ON EACH PROJECT YOU ARE AWARDED. AS GENERAL CONTRACTOR, YOU WILL BE EXPECTED TO PERFORM CERTAIN PORTIONS OF THE WORK (INCLUDING PROVIDING A PROJECT SUPERINTENDENT) WITH YOUR OWN EMPLOYEES AND TO SUBCONTRACT FOR THE REMAINING PORTIONS (SPECIALIZED TRADES) OF THE PROJECT. AS GENERAL CONTRACTOR, YOU WILL BE RESPONSIBLE FOR THE ENTIRE PROJECT (THE WORK OF ALL TRADES). The Government intends to set aside this procurement to small business concerns only (concerns whose average annual revenue for the previous 3 fiscal years does not exceed $31 million - under NAICS 236220). The Government may, in addition, have a partial set aside for one or more of the following small business categories: Service-Disabled Veteran-Owned Small Businesses ("SDVOSB"), HUBZone Small Businesses ("HUBZone"), and 8(a) Concerns. A partial set-aside will be made if there is a reasonable expectation of obtaining responsive offers from two or more responsible/capable concerns within the respective category, at fair market prices. SMALL BUSINESS CONCERNS WHICH ARE NOT SDVOSB, HUBZONE, OR 8(A) WILL STILL BE ELIGIBLE TO BID ON THE SOLICITATION. To determine the feasibility of one or more of these set asides, ALL INTERESTED SMALL BUSINESS FIRMS (including those that are not SDVOSB, HUBZone, or 8(a)) are requested to submit qualifications showing evidence of their capability to perform successfully as a GENERAL CONTRACTOR on various concurrent repair and alteration projects. PLEASE SUBMIT A LIST OF RELEVANT PROJECTS (WITHIN THE PAST 5 YEARS). INCLUDE DATES, PROJECT DESCRIPTION, PROJECT LOCATION, DOLLAR AMOUNT, AND POINT OF CONTACT. BE SURE TO IDENTIFY IF YOU SDVOSB, HUBZone, AND/OR 8(a). See FAR 19.1403 for eligibility requirements as SDVOSB; see FAR 19.1303 for eligibility as certified HUBZone; and see FAR 19.802 for eligibility as certified 8(a). Note: In the case of a partial SDVOSB set-aside, the SDVOSB concern may include the employees of other SDVOSB concerns in meeting the 15 percent labor requirement. In the case of a partial HUBZone small business set-aside, the HUBZone small business concern may include the employees of other HUBZone small business concerns in meeting the 15 percent labor requirement. Submit qualifications AND A STATEMENT OF WHETHER YOUR FIRM IS SDVOSB, HUBZone, AND/OR 8(a), NOT LATER THAN FRIDAY, FEBRUARY 10, 2006, to: Scott D. Starkman, Contracting Officer, General Services Administration, Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY 10278. Any questions, please call (212) 264-2759. This is a Sources-Sought synopsis. There are no bid documents available at this time. Please no fax or email submissions.
 
Place of Performance
Address: Various Federal Buildings and U.S. Courthouses in New York City, Long Island, and Westchester County, in New York State
Zip Code: 10278
Country: USA
 
Record
SN00979345-W 20060204/060202212959 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.