Sources Sought– ABAAS Compliance at Ron De Lugo US Courthouse, St. Thomas, USVI
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Dec 08, 2022 09:37 am AST
- Original Response Date: Jan 06, 2023 05:00 pm AST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: St Thomas , VI 00801USA
Description
Sources Sought– ABAAS Compliance at Ron De Lugo US Courthouse, St. Thomas, USVI
NAICS 236220-Construction
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Market research is being conducted to determine if there are Small Businesses with the capabilities to perform the required work.
The General Services Administration (GSA), Public Buildings Service (PBS), Northeast and Caribbean Region (R2) anticipates issuing one (1) solicitation for construction services at Ron de Lugo US Courthouse, in St. Thomas, USVI.
DESCRIPTION
The project for ABAAS Compliance at Ron De Lugo USCH, St. Thomas, USVI includes, but is not limited to providing all labor, materials, tools, and equipment necessary to make necessary limited improvements to the federal facility in order to bring it into compliance, to the maximum extent possible, with the ABAAS Standards. These include:
- Accessible routes at interior and exterior of building: For site arrival points (from visitor and employee parking). Includes repair and construction of sidewalks, ramps, curb ramps and handrails.
- General site and building elements: Repairs and construction of nine (9) accessible parking spaces for employees. Includes concrete sidewalks, curb & gutters, asphalt, seal coating, traffic paint and signage.
- Plumbing elements and facilities: Renovation of approximately 1,100 SF of public bathrooms located at the 1st, 2nd and 3rd floor. Includes general demolition, CMU walls, ceramic tiles, suspended ceilings, bathroom equipment, bathroom accessories, bathroom partitions, doors, frames, hardware, potable and sanitary piping, and ductwork.
The contractor will be required to furnish bid bond which shall be 20% of the bid price but shall not exceed $3 million; 25% payment and 25% performance bonds from the negotiated contract price.
The Government anticipates issuing the solicitation for this acquisition around February 2023.
The estimated cost of construction range for this project is $1-5 million.
The sources sought announcement will identify potential General Contractors (GC) with the capabilities to perform the Scope of Work outlined above. This project will be a negotiated procurement issued in accordance with FAR Part 15. In this process, the Government anticipates awarding this project to the most highly qualified GC firms with whom it can negotiate a fair and reasonable price for the project.
GSA is also seeking information on GC firms that are interested in this acquisition who qualify under the 8(a) Program, the HUBZone Program, Women-Owned, and/or the Service-Disabled Veteran Owned Small Business Procurement Program. The North American Industry Classification (NAICS) for this potential acquisition is 236220, Commercial and Institutional Building Construction. The Small Business size standard is average annual sales and receipts for the past three (3) years that are less than $39,500,000.
If you are an interested firm, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following questions (5-page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm's capability to perform this project.
QUESTIONS
1. In the past ten (10) years, has your firm successfully completed a project in the USVI?
2. What is your maximum bonding capacity?
3. In the past ten (10) years, as GC, what is the largest dollar value construction project your firm has successfully completed? Provide a brief narrative that demonstrates your firm's capabilities providing construction services.
4. In the past ten (10) years, as GC, has your firm performed phased construction within an operational/occupied building or site? Provide a brief narrative of the most recent project demonstrating this capability and your firm's capabilities in providing the necessary coordination and logistics to deliver the project on time, on budget and with minimal disruption to operations.
5. In the past ten (10) years, as GC, has your firm performed bathroom renovation for office buildings, courthouses, or other institutional buildings while maintaining its operational functions? If yes, briefly describe your experience and include the dollar value of your largest project.
6. In the past ten (10) years, as GC, has your firm performed exterior repairs (sidewalks, parking, pavement, curb ramps, ramps) at an occupied and operational multi-story building, and multi-phase project while maintaining its operational functions? If yes, briefly describe your experience and include the dollar value of your largest project.
7. Is your firm considered a small business concern with a size standard of less than $39,500,000 in annual receipts average of the last three (3) fiscal years? Otherwise, indicate if you are a large business firm.
8. Is your firm a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business? If yes, please indicate the applicable representation(s).
Submission Instructions: As this notice is a Sources Sought announcement, firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Belkys Torres-Rivera, Contracting Officer. All responses must be submitted via email to belkys.torresrivera@gsa.gov by 5:00PM (AST) on January 6, 2022. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions. No paper copies will be accepted.
For Informational Purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission.
Note: The information provided in response to this announcement is strictly for informational purposes only. Responses provided will not exclude interested parties from future, related procurement activity.
This notice DOES NOT constitute a Request for Proposal (RFP). Since this is a Sources Sought announcement, 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 announcement.
Attachments/Links
Contact Information
Contracting Office Address
- ONE WORLD TRADE CENTER
- NEW YORK , NY 10007
- USA
Primary Point of Contact
- Belkys H Torres Rivera
- belkys.torresrivera@gsa.gov
- Phone Number 646-957-1729
Secondary Point of Contact
History
- Mar 18, 2023 11:58 pm ASTPresolicitation (Original)
- Jan 22, 2023 12:58 am ASTSources Sought (Original)