United States - CBP East Richford LPOE Intrusion Detection System/Refresh/Renovation Project

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
17 September 2019
Opportunity publication date
04 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 03, 2019 3:12 pm

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, Acquisition Management Division, is conducting market research to determine if any large businesses, SDVOSB, HUBZone, WOSB, or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein.
Construction services will be performed as follows at the following three buildings:
1) East Richford Land Port of Entry (LPOE), located at 357 Glen Sutton Rd., Richford, VT. This portion of the project consists of renovating a portion of the facility for Customs and Border Protection (CBP) by creating the following: men's and women's bathroom, supervisor's office, officer work area, worker's breakroom, lobby and check-in area, new guard booth, security upgrades, new LED lighting, and new flooring and ceilings. Lead and asbestos abatement is also required in the renovated portion of the building. Temporary CBP trailer is also required that includes an officer work area, officer break room, and a public waiting area. A temporary trailer for restrooms is also required.
2) Richford LPOE, located at 705 Province St., Richford, VT. This portion of the project consists of replacing an inspection booth at the LPOE and involves HVAC, electrical, lighting, booth envelope, security, and sitework.
3) West Berkshire LPOE, located at 7823 West Berkshire Rd., Berkshire, VT. This portion of the project consists of replacing an inspection booth at the LPOE and involves HVAC, electrical, lighting, booth envelope, security, and sitework.
The anticipated award is intended to be for all work items described above; however, the Government may choose to award a contract for only one or two of the work items depending on funding availability.

All qualified Businesses of any size are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Small Business Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in November 2019 with construction work commencing in the Spring of 2020. The appropriate NAICS Code is 236220 with a size standard of $36.5 Million.
Reference https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf  
FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and be strictly enforced, if it is set aside for a small business.
It is requested that interested parties submit a brief capabilities package. The package shall address, at a minimum, the following:
(1) Examples of projects worked within the last five (5) years of a similar size, scope, complexity and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact.
(2) A narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work.
(3) Company profile, to include number of employees, annual receipts, office location(s), and DUNS number.
(4)Evidence to establish your company's standing as a SDVOSB, WOSB, HUBZone or 8(a) small business concern under applicable NAICS.
(5) A positive statement of your intention to submit a proposal 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 and experience 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 future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards.
Responses to this Sources Sought Notice shall be emailed to the following people:
1)Jameson Hutton at jameson.hutton@gsa.gov
2)David Mark at david.mark@gsa.gov

Responses must be received no later than 4:00 PM EST, 09/17/2019. Questions regarding this notice may be addressed to David Mark and Jameson Hutton at the email addresses provided above.
Failure to submit all information requested may result in a contractor not being considered as an interested small business concern.

Opportunity closing date
17 September 2019
Value of contract
to be confirmed

About the buyer

Address
General Services Administration R1 Acquisition Management Division (47PB00) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?