Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Contract for Construction Inspection Services

Notice Date
12/3/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Branch Service Centers Division (1PSA), 10 Causeway St., Bosotn, MA 02222, Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
CIS_IDIQ_NewEngland
 
Point of Contact
Camille A. Hogan, Phone: 6175658932, Kimberly Yates, Phone: 6176566013
 
E-Mail Address
camille.hogan@gsa.gov, kimberly.yates@gsa.gov
(camille.hogan@gsa.gov, kimberly.yates@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. The General Services Administration (GSA), New England Region, South Service Center, is conducting market research to determine if any 8(a), HUBZone, or Service-Disabled, Veteran-Owned Small Business (SDVOSB) Small Business concerns have the current relevant qualifications, experience, personnel and capability to perform the work described herein. Region 1 of the GSA, Public Building Service (PBS), requires an Indefinite Delivery/Indefinite Quantity, A/E contract for Construction Inspection Services on an as needed basis. Each contract will include base year plus four (4) unilateral one year options for projects located within the geographic area of the New England Region. Projects will be located within the geographic boundaries of GSA PBS Region 1, which includes all New England states (Connecticut, Rhode Island, Massachusetts, Maine, New Hampshire and Vermont). Award is targeted for Summer 2011. The Government may elect to award up to three (3) separate contracts as a result of the solicitation. The total amount of the base year of each contract will not exceed $1,000,000. No individual task order will exceed $500,000. Option year thresholds are the same as the base year. Minimum guarantee is $5,000. NAICS Code is 541310. The small business size standard is $4.5 million. PROSPECTIVE BIDDERS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR.) Information regarding registration can be found at http://www.ccr.gov. To be eligible for consideration, a firm must have an active and functioning engineering/design office within the six New England states.. There is a limitation on subcontracting which means that the prime contractor must utilize more than 50% of their employees to perform the work required under this contract. The Construction Inspection Services will include repair and alteration projects pertaining to both leased and owned construction, services for construction inspection shall include but not be limited to the following: building envelope projects, roofing projects, hazardous materials abatement projects, mechanical, electrical, structural and elevator inspection, expert witnessing services, performance of investigations and testing services, review of proposed systems, materials, and equipment and related documents, estimating field changes and value engineering proposals, maintenance of daily project diary, recommendations of actions to GSA, review of progress payment requisitions and supplementary functions as needed in both Federal Buildings and Leased Space. Some inspections may be required to be performed outside normal working hours. Services will require the ability to work with plans and specifications prepared using the metric system. Services shall require the following disciplines: architectural civil, structural, mechanical, electrical, fire protection and other general engineers. TENTATIVE evaluation criteria is as follows, in order of importance: (1) Organization relative to providing construction inspection services; (2) Qualifications of proposed inspection personnel; (3) Quality Control procedures and reports and reporting structure; and (4) Facilities and equipment necessary to provide services given proximity to expected service locations. Please respond to the following questions by the date and time mentioned above. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. 1. Please provide evidence to establish your company's standing as an 8(a), HUBZone, or SDVOSB small business concern under NAICS 541310. 2. Please identify past experience which demonstrates that your firm has the in-house resources and is qualified to perform this type of work. 3. Please identify similar work that you have completed within the New England region. 4. Please provide a positive statement of your intention to submit a SF-330 (Architect-Engineer Qualifications) to this office for this requirement if set-aside for your socio-economic group. The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential offerings. Responses to this Sources Sought Notice shall be mailed to the following address: General Services Administration, Acquisition Branch (1PSA), Attn: C Hogan, 10 Causeway Street, Room 1100, Boston MA 02222-1001. Responses must be received no later than 2:00 PM Local time on 01/05/11. Electronic submissions will not be accepted. Questions regarding this notice may be addressed to Camille.Hogan@gsa.gov or Kimberly.Yates@gsa.gov. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/CIS_IDIQ_NewEngland/listing.html)
 
Place of Performance
Address: New England States, United States
 
Record
SN02338000-W 20101205/101203233906-d658b4a5853a82086212ffc173792d4c (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.