Washington, DC Bids > Bid Detail

Construction Services / Design-Build Services

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159358826275724
Posted Date: Dec 13, 2022
Due Date: Jan 9, 2023
Solicitation No: NCR2023IDIQSourcesSought
Source: https://sam.gov/opp/f9ed805ff7...
Follow
Construction Services / Design-Build Services
Active
Contract Opportunity
Notice ID
NCR2023IDIQSourcesSought
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R11 CONSTR CTR 1
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 13, 2022 12:04 pm EST
  • Original Response Date: Jan 09, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20407
    USA
Description

This is a sources sought announcement for an IDIQ Multiple Award Contract for construction projects between $2,000 and $15,000,000 for the Washington, DC metropolitan area.



The Government must ensure that there is adequate capability, experience, and competition among the potential pool of responsible contractors. Therefore, the purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of Small Businesses within the industry.



This notice is issued to determine interest and capability of potential sources for a potential procurement and is for preliminary planning/market research purposes only. The North American Industrial Classification System (NAICS) code for this potential procurement is 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $39.5 million. The GSA is ONLY seeking a response from interested firms that qualify as a U.S. Small Business Administration (SBA) Alaskan Native Corp, SBA Certified 8(a), SBA Certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB) and/or Small Business (SB) that possess the relevant experience, personnel, and capability to perform the services outlined in this announcement.



You must be an approved SBA firm (including Mentor-Protégé Joint Venture firms) at the time and date for receipt of proposals to be considered as a valid 8(a) and/or HUBZone firm. For more information on the definition or requirements for these, refer to http://www.sba.gov/.



The total estimated construction cost over the five (5) year contract period shall not exceed $500,000,000. It is anticipated that multiple contracts will be awarded to contractors within the metropolitan area. Those vendors obtaining an award will be expected to complete the traditional IDIQ general contractor duties.





GSA anticipates awarding up to 15 contracts.





Each contract awarded will contain a guaranteed minimum amount for the base period to be identified in the solicitation. A single task order award could potentially range from $2,000 to $15,000,000.





Performance of Work by the Contractor



Interested firms must be able to perform 12% of the work with its own organization, in accordance with FAR 52.236-1 titled "Performance of Work by the Contractor."





Insurance



Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer's Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials.





Bonding Requirements



For informational purposes, it's expected that a minimum payment bond aggregate bonding capacity of $15,000,000 is required.



Performance and payment bonds are required for any construction contract exceeding $150,000, except that this requirement may be waived.



For construction contracts greater than $35,000 but not greater than $150,000, the Contracting Officer for the task order will be provided the following payment protections prior to task order award:




  • A payment bond

  • Irrevocable letter of credit (ILC)

  • A tripartite escrow agreement.

  • Certificates of deposit

  • A deposit of the types of security listed in 28.204-1 and 28.204-2.





Contract Requirements



The period of performance for the proposed contract: 1 (one) Base Year plus 4 (four) 1 (one) year option Periods, with an anticipated award effective July 1, 2023.





Type of Work



The procurement will include a wide range of construction projects over the period of performance. The government intends to include three delivery methods within the resulting contracts. The anticipated delivery methods are as follows:





Method 1 DBB - 100% design documents will be provided to the contractor. Contractors submit a firm fixed price.



Method 2 DB - Scope of work will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price.



Method 3 DB - 100% design documents will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price.



Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies.





System for Award Management Registration (www.sam.gov)



All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the Government Point of Entry (GPE)-Federal Business Opportunities (FBO) system at www.fbo.gov.





Response to Sources Sought



INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN: JANUARY 9, 2023, at 2:00 P.M. EST.





Total Submission shall only include the required documents included in the attached Market Research Questionnaire and Experience forms.



Type of Information needed in your response (see Questionnaire):




  • Ability to begin work within 10 days of receiving task order award

  • Total Bonding Capability

  • Ability to meet the insurance requirements contained within this Sources Sought.

  • Statement that your firm has a valid www.SAM.gov registration and your representations and certifications within www.SAM.gov are completed.

  • Clearly indicate what representation(s) your firm possesses, i.e. ANC, 8(a), VOSB, WOSB, etc.





Projects MUST consist of the following: Total contract value between $2,000 and $15,000,000; type of work similar to that described in this announcement.





Please submit the information requested above as ONE (1) file in .pdf format.



Information shall be submitted via email, as stated above, by 2:00 P.M. (EST) on January 9, 2023. Information to be submitted to Contract Specialist Sonia Ashfaq at sonia.ashfaq@gsa.gov



Subject line of the email shall appear as follows:



GSA NCR Construction IDIQ - Sources Sought Response





Statement



This notice is issued as a Sources Sought announcement for information purposes only. Responses provided will not exclude interested parties from future, related procurement activity. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent a commitment by the Government. No evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. At this time, a solicitation DOES NOT exist. Information submitted other than the Market Research Questionnaire, as described, will not be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • 301 7TH STREET SW
  • WASHINGTON , DC 20407
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 13, 2022 12:04 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >