Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOURCES SOUGHT

Z -- West Berkshire Footing and Foundations Repair, West Berkshire, VT

Notice Date
6/17/2025 12:23:51 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
WestBerkFootingFoundation
 
Response Due
7/10/2025 11:00:00 AM
 
Archive Date
07/25/2025
 
Point of Contact
Sotheavy Khon, Phone: 617-823-9309
 
E-Mail Address
sotheavy.khon@gsa.gov
(sotheavy.khon@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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. This Sources Sought notice is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a request for proposal/solicitation. The Government reserves the right to cancel this acquisition at any time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The General Services Administration (GSA) is seeking to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) businesses, SBA certified HUBZone businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), and/or SBA certified Women Owned Small Businesses (WOSB), with current and relevant qualifications, experience, personnel, and the capability to perform fixed-price Design/Build Services. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 � Commercial and Institutional Building Construction. The current estimated magnitude of construction is $1,000,000 to $5,000,000. GENERAL SCOPE OF SERVICES History: The West Berkshire LPOE is one of twelve surviving complexes erected between 1931 and 1937 along the Vermont-Quebec border, and is listed in the National Register of Historic Places. The Port serves locals, travelers, and truckers alike. The facility has been operating for almost 100 years and sits upon its original concrete foundation. The foundation directly below the historic garages and public restrooms has begun to experience spalling, efflorescence, and steel reinforcing bar deterioration. Project: The project includes replacing the existing concrete foundations below the northern garage and the southern garage and public restrooms, while preserving the structures above and the main part of the building and its foundation below. The main part of the building houses U.S. Customs and Border Protection (CBP) operations. This project is being funding by the 2022 Inflation Reduction Act (IRA), which requires that Low Embodied Carbon (LEC) materials, also referred to as IRA-Eligible Materials, be used. For this project, LEC concrete, LEC steel, and LEC asphalt should be used. To qualify as an IRA-Eligible Material, the contractor shall provide materials with Global Warming Potential (GWP) values that are below GSA�s Top 20% value for each material, provided each IRA-Eligible Material entails no more than a 5% cost premium as compared to equivalent conventional materials. To the extent that �Top 20%�-compliant IRA-Eligible Materials are not available at a cost premium of 5% or less, the contractor shall provide IRA-Eligible materials with GWP values that are below GSA�s Top 40% value for each material, provided each such IRA-Eligible Material entails no more than a 5% cost premium as compared to equivalent conventional materials. To the extent that �Top 40%�-compliant IRA-Eligible Materials also are not available at a cost premium of 5% or less, the contractor shall provide IRA-Eligible materials with GWP values that are below GSA�s Better Than Average value for that IRA-Eligible Material, provided each such IRA-Eligible Material entails no more than a 5% cost premium as compared to equivalent conventional materials. If a Better Than Average value for that IRA-Eligible Material would entail a greater than 5% cost premium as compared to equivalent conventional materials, then IRA funding cannot be used. The contractor is responsible for ensuring IRA-Eligible Materials will be used on this project, otherwise the project will be cancelled and available IRA-funding revoked. Please see https://www.gsa.gov/real-estate/gsa-properties/inflation-reduction-act/lec-program-details for more information on GSA�s GWP limits. The project will utilize design-build construction and a phased construction approach while the LPOE remains operational at all times, to the maximum extent possible. The contractor will ensure the requirements of LEC materials are specified within the construction documents and specifications, ensure LEC materials are indeed available and will be used for this construction, and lastly submit appropriate IRA documents for reporting purposes. The historic building and historic wooden frame structures atop the foundation must be preserved during the course of the construction. PROCUREMENT The GSA anticipates executing this requirement using the Design-Build (D-B) delivery method. An award is anticipated during the fall of 2025 with design services commencing shortly after. Substantial completion is anticipated in the fall of the following year of 2026. Dates are estimates and are subject to change. The North American Industry Classification System (NAICS) code for this procurement will be 236220 � Commercial and Institutional Building Construction. The small business standard size is $45 million. CAPABILITY STATEMENT Respondents capable of performing the above services shall provide a general capabilities statement no more than 10 pages in length. Capabilities statements shall include the following information: Criteria 1: Provide company name, DUNS number, company address, point of contact name, phone number, and email. Criteria 2: Provide company business size based on NAICS code 236220 for Commercial and Institutional Building Construction. Also provide the business type (i.e. Large Business, Small business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners, and/or potential teaming partners. Criteria 3: A positive statement of your intention to propose as a prime contractor on any solicitation that may be released as relating to the subject-matter of this sources sought notice. Criteria 4: Demonstration of successful performance of at least two (2) D-B Projects performed within the last five (5) years that are of comparable size, complexity, and scope to the West Berkshire Land Port of Entry scope described above. To demonstrate comparable size, complexity and scope, interested respondents must address all of the following in each of its two D-B Projects: -Project name and contract (or reference) number. -Project owner. -Total contract dollar value at initial contract award. -Describe experience with design and construction of facilities in remote locations, i.e. construction of buildings at locations located at least 50 miles away from a densely populated area. -Indicate whether the facility was listed on the National Register of Historic Places or if any level of historic preservation was involved. -Describe experience with, including but not limited to, design and construction of reinforced concrete foundation work including replacements and repairs, jacking existing wooden framed structures, excavating, and paving. -Describe specific technical skills and the key personnel your company possess to perform the work described above -Provide a statement confirming the contract delivery method was D-B. -Provide a statement regarding bonding capabilities. -Provide information whether low embodied carbon materials (similar to IRA-eligible materials) were used in the project. -Similar and relevant locations will be remote in nature as West Berkshire. Relevant projects may include complete construction or major renovation of US Government Land Port of Entries, facilities which must remain operational with their on-site workers continuing fulfilling their mission. Similar facilities could include prisons, hospitals, or other large public or private facilities. Similar facilities should have specialized requirements specific to the client/ for that project such as Court requirements, Hospital requirements, Prison requirements, etc. Criteria 5: Demonstration that there is an availability of IRA-eligible materials which can be used for this project along with a positive statement that as the prime contractor you will ensure IRA-eligible materials will be proposed and used to accomplish this work at West Berkshire. For example, is low embodied carbon concrete which is reasonably priced and complies as an IRA-eligible material available at a local concrete plant? Can low embodied carbon steel and asphalt be purchased and used for the West Berkshire LPOE Foundation Replacement project? AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. Responses must be received no later than 2:00 PM, Local Time on July 10th, 2025. Capabilities package should be sent via email to sothevy.khon@gsa.gov. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards. The Government will not reimburse any party for costs incurred for marketing efforts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76000d26e3d2427bb5aaa83b84247e3a/view)
 
Place of Performance
Address: Enosburg Falls, VT 05450, USA
Zip Code: 05450
Country: USA
 
Record
SN07481487-F 20250619/250617230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.