Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOURCES SOUGHT

99 -- Seismic Safety in Commercial Real Estate Markets

Notice Date
8/21/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, District of Columbia, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-08-CY-C-0198
 
Response Due
9/2/2008
 
Point of Contact
Demetria C. Brown,, Phone: 202-208-3201, Regina R. Crews,, Phone: (202) 208-9990
 
E-Mail Address
demetria.brown@gsa.gov, regina.crews@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice (for Market Research Only) The General Services Administration (GSA), Public Buildings Services (PBS) is seeking contractors with real estate and engineering analytical expertise to determine the market availability, estimated average costs and total increased costs to leased facilities to the Government (GSA), to meet the “Standards of Seismic Safety for Existing Federally Owned and Leased Buildings”, ICSSC – RP6, per Executive Order 12941. The contractor should have the capability to determine the average additional costs in 2008 dollars to pay lump sum to retrofit newly leased buildings or lease building that meet the Life-Safety requirements of “Standards of Seismic Safety for Existing Federally Owned and Leased Buildings”, ICSSC – RP6, as well as determine the availability of buildings meeting the above standards and the amount of that space expected to be found in each of the 20 markets (Miami is exempt from RP6 since it is located in Region of Low seismicity) versus meeting the current standard of RP-4. Interested firms should submit the information below and be prepared to discuss their technical capabilities. The business firm must provide a detailed description of their ability to meet the goals and objectives of this study. THIS IS FOR INFORMATIONAL PURPOSES ONLY. The response package must consist of five separate tabs: TAB I: Cover Letter/Company Profile; TAB II: Technical Capability; TAB III: Existing Contract Vehicles; TAB IV: References; and TAB V: Business Size Standard. The submitted package shall contain TABS I – V as follows: TAB I (Cover Letter/Company Profile): The cover letter must be on letterhead and include: 1) GSA reference number and title of the project; 2) an introduction of your company 3) business establishment date; 4) Point of Contact (POC) including name, title, address, telephone number, fax number and email address; and 5) A list of Government organizations who have used your firm and related services. In addition to the above, TAB I should include the contractor’s primary NAICS code and their business size, indicating if they are: 1) Other than Small Business; 2) Small Business; 3) 8(a) firm; 4) Woman-owned; 5) Small disadvantaged businesses (SDB); 6) HUBZone; 7) Service-disabled veteran-owned; or 8) Veteran-owned small business. TAB II (Technical Capability) The technical capability shall include: 1) Experience doing like or similar work; 2) Description of the work performed: 3) Period of experience with this type of work. TAB III (Existing Contract Vehicles): The contractor must include the information for all existing contract vehicles where the services are available, such as: 1) Federal Supply Schedules, 2) Agency Blanket Purchase Agreements (BPAs); 3) Government-Wide Acquisition Contracts GWACs); and 4) Agency Indefinite Delivery-Indefinite Quantity (IDIQ) contracts. TAB IV (References): From the list in TAB I, the contractor must provide references of where the services are being performed in the Government/Company. Please include the following: 1) Name of Government Agency/Company, 2) Name of Project Manager; 3) Email address; and 4) Telephone number. All packages must be submitted on or before 12:00 p.m., September 4, 2008 to Ms. Demetria C. Brown, 1800 F Street, NW, Room 4302, Washington, DC 20405. Email packages are preferred. Faxes are not acceptable. This is not a solicitation for proposals and is for informational purposes only. Proposals are not requested at this time and will not be considered. For more information, please contact Ms. Demetria C. Brown by email at demetria.brown@gsa.gov (No telephone inquiries please)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5b1ea7c2a4052439de9da598b1042ca4&tab=core&_cview=1)
 
Place of Performance
Address: Washington, DC, Washington, District of Columbia, 20405, United States
Zip Code: 20405
 
Record
SN01647045-W 20080823/080821221635-5b1ea7c2a4052439de9da598b1042ca4 (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  © 1994-2020, Loren Data Corp.