Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOURCES SOUGHT

Z -- Small Business Market Research for Charleston, WV - Sources Sought

Notice Date
11/13/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division (47PD00), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
GSA_R3_Charleston_WV_SmallBusinessOpp
 
Archive Date
2/12/2018
 
Point of Contact
James Eckhardt, Phone: 2154465765, Steven Sutkin, Phone: 2154465834
 
E-Mail Address
james.eckhardt@gsa.gov, Steven.Sutkin@gsa.gov
(james.eckhardt@gsa.gov, Steven.Sutkin@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS FOR MARKET RESEARCH ONLY This is not a request for proposal or a pre-solicitation communication. This is a market research effort to gather information on small businesses interested in working with the federal government. The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS) Acquisition Management Division (AMD) is constantly seeking responsible, capable, eager and reliable small business construction contractors in the Charleston, WV and surrounding areas (within 100 mile radius). Every year GSA PBS Region 3 awards hundreds of construction projects that range in scope, size and complexity in order to meet its mission. GSA is a champion for the small business community and strives to maximize contracting opportunities for small businesses. GSA is interested in working with small businesses that can provide construction services for contracts valued between $2,500.00 and $4,000,000.00. The construction contractors we are seeking typically are able to provide services that include (NAICS CODE/Small Business Size Standard): 1.Commercial and Institutional Building Construction (236220/$36.5 Million); 2.Other Heavy and Civil Engineering Construction (237990/$36.5 Million); 3.Framing Contractors (238130/$15 Million); 4.Masonry Contractors (238140/$15 Million); 5.Glass and Glazing Contractors (238150/$15 Million); 6.Roofing Contractors (238160/$15 Million); 7.Electrical Contractors and Other Wiring Installation Contractors (238210/$15 Million); 8.Plumbing, Heating and Air-Conditioning Contractors (238220/$15 Million); 9.Other Building Equipment Contractors (238290/$15 Million); 10.Painting and Wall Covering Contractors (238320/$15 Million); 11.Flooring Contractors (238330/$15 Million); and 12.Finish Carpentry Contractors (238350/$15 Million) The information gathered in response to this posting will be utilized by GSA Region 3 AMD to aide its acquisition set aside decisions for a variety of requirements in the upcoming fiscal year. The type of set asides to be considered include but are not limited to; 1.Total Small Business Set Asides (FAR 19.502-2); 2.8(a) Sole Source (FAR 19.808-1); 3.HUBZone Program (FAR 19.1305) 4.Service Disabled Veteran Owned (FAR 19.1405); and 5.Women Owned Small Business Program (19.1505) Response Information: An interested firm shall utilize the attached "Sources Sought Response Form" or provide a response that shall not exceed 4 pages. GSA will not consider any information that exceeds the page limitation. The response shall include the following information: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) A narrative of your capabilities and experience performing construction projects under the NAICS codes described in this posting that are within its geographical location. Projects of such a nature should be valued between $2,500.00 and $4,000,000; and have been completed within the past three (3) years as the prime contractor. Please specify if the work was performed for a government or private owner. If performed for the federal government; provide the agency's name and a point of contact that may be reached. (3) Provide itemized list of trades your firm is capable of self-performing compared to those that you must subcontract. If you typically subcontract for any trades please provide a list of subcontractors within the geographical location you have worked with on previous projects. (4) If you have Design/Build capabilities please describe and identify the A/E firm(s) you have worked with on previous projects. Also provide brief description of the work performed. (5) Provide your firm's bonding capabilities for an individual project and all (aggregate) projects. If possible, please provide a letter from your surety company verifying your ability to obtain bonding for projects in the amount described in this posting. Interested firms should submit the attached response form with the above requested information to email r3.pbs.smallbusiness@gsa.gov. This notice will be posted for 90 calendar days. Interested contractors are urged to submit a response at their earliest opportunity. If you have any questions please submit them to r3.pbs.smallbusiness@gsa.gov. Based on your firms qualifications and its upcoming requirements GSA PBS may reach out to you for additional information. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eae570366b673d5d078be1605632bf89)
 
Place of Performance
Address: Charleston, West Virginia, United States
 
Record
SN04738387-W 20171115/171113230952-eae570366b673d5d078be1605632bf89 (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.