Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOURCES SOUGHT

Y -- RECOVERY - DESIGN AND CONSTRUCTION SERVICES FOR THE RENOVATION OF THE M.C. SMITH FEDERAL BUILDING IN BANGOR, ME

Notice Date
8/26/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077
 
ZIP Code
02222-1077
 
Solicitation Number
MC_SMITH_FEDERAL_BUILDING
 
Point of Contact
Kathryn E. Thomas, Phone: 617-565-8826
 
E-Mail Address
kathryn.thomas@gsa.gov
(kathryn.thomas@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - THIS IS A MARKET SURVEY AND NOT A REQUEST FOR PROPOSAL. Responses shall be used for planning purposes only and shall not commit the GSA to issue a solicitation for this requirement. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded under the American Recovery and Reinvestment Act of 2009. A market survey is being conducted to determine if there are adequate Small Business, HUB Zone, 8(a), Woman-Owned, or Service Disabled Veteran Owned Business contractors for the project listed below. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group. All interested Small Businesses including, HUB Zone, 8(a), Service Disabled Veteran Owned Small Business, Women Owned Small Business contractors should respond to this office in writing by e-mail or mail on or before due date listed below. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this market research. Interested small businesses may submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last eight (8) years including contract number; indication of whether your firm acted as a prime or subcontractor and how much of the work was accomplished with the contractor's own forces and whether the building was occupied during construction/renovation; contract value; Government/Agency point of contact and current telephone number; and a brief description of how the contract relates to the technical services described herein. Ensure this relevant experience includes examples of all work described in the project above. (2) Company Profile to include: (1) Number of employees. (2)Office location(s). (3) Available bonding capacity per contract. (4) DUNS number. (5) CAGE Code. (6) A statement regarding small business designation and status. This information shall be included in a single cover sheet and included as the first page of your submittal. The General Services Administration, Region 1, is conducting a market survey and is seeking qualified sources to provide Construction Manager as Constructor (CMc) services for the renovation of the Margaret Chase Smith Federal Building. The work includes Design Phase Services and Construction Phase services. Alterations to the building include repair/replacement of HVAC and electrical systems; exterior structural improvements, including the replacement of windows; addition of a new elevator; and upgrade of the fire protection system. Design Phase services include, but are not limited to, construction management services, constructability reviews, cost estimate reconciliation services, preliminary evaluation of the Architect of Record design development submissions, value engineering suggestions, identification of problems or errors in design and design documents, consultation during design document production, preliminary project schedule development, independent pricing of design document phase and construction phase submittals, preliminary cost estimates, development of subcontractor and supplier interest. Construction Phase services include, but are not limited to, all work and services necessary for construction of the project, project management, selection and procurement of all necessary subcontractors, coordination of regular construction meetings, critical path method (CPM) scheduling and schedule control, monitoring of construction costs, progress reporting, conducting and coordination of inspections and testing and all other required services necessary for a complete and sustainable building. The building will be occupied during renovation; therefore, the work may need to be conducted during non-business hours. All Service Disabled Veteran (SDV) small businesses, certified HUB Zone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. This office anticipates award of a contract for these services prior to 30 March 2010. Contract duration: 39 Months. Estimated magnitude of construction: $30,000,000 TO $40,000,000. The NAICS code is 236220 Commercial and Institutional Building Construction. Small Business Size: $33.5 M RESPONSES ARE DUE NLT SEP 3, 2009, NLT 5:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. Electronic submission of the statement of capabilities package may be submitted to: kathryn.thomas@gsa.gov or mailed to: GSA Public Buildings Service, 10 Causeway Street Room 975, Boston MA, 02222, Attn: Kathryn Thomas. Questions or comments regarding this notice may be addressed to Kathryn Thomas either by email at kathryn.thomas@gsa.gov or phone (617)-565-8826.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/MC_SMITH_FEDERAL_BUILDING/listing.html)
 
Place of Performance
Address: 202 Harlow Street, Bangor, Maine, 04401, United States
Zip Code: 04401
 
Record
SN01927138-W 20090828/090827000348-e0816807129286c4a815a689a6bdcd06 (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.