THIS IS A SOURCES SOUGHT SYNOPSIS 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. Information received will be used to determine the availability of technically capable and otherwise responsible firms that would be interested in submitting offers for this anticipated solicitation.
The General Services Administration (the “GSA”) is conducting a market research survey for the purpose of seeking possible small business contractors capable of providing construction services for the relocation of the FDA Office within the Keating Federal Building. The project requires partial demolition of an existing office space and the construction of an office and sample prep area including but not limited to carpentry, painting, and carpet installation, security hardware, ceilings, plumbing, mechanical, fire protection, and electrical work. All work must be in accordance with the statement of work outlined below unless otherwise directed by the GSA Contracting Officer
Contractor responsibilities will include, but are not limited to, the management, supervision, trade coordination, scheduling, planning, phasing, delivery and installation of materials associated with this project. All proposed employees of the contractor and the subcontractors shall be capable of adhering to the government’s security requirements.
The current estimated construction cost range is between $25,000 and $100,000. The estimated project duration is approximately 30 days after Notice to Proceed (“NTP”). The North American Industry Classification System (“NAICS”) code for this effort is 236220, and the Small Business Administration (“SBA”) size standard is $15 million dollars in annual receipts averaged over a concern’s latest three (3) completed fiscal years.
Interested parties are requested to submit a Written Letter of Interest along with a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses.
(1) Do you meet the Small Business size standard (average annual receipts less than $15 million for the past three (3) years)? Otherwise, indicate that you are a large business firm.
(2) Is your firm an 8(a), HUBZone Small Business and/or Service Disabled Veteran-Owned Small Business? Please indicate the applicable representation(s). (For additional information on small business size standards and small business programs, please visit www.sba.gov).
(3) In the past three (3) years has your firm completed any projects demonstrating experience performing work similar in size, scope, complexity and magnitude to this requirement? If yes, please provide a brief description of that experience.
Interested firms should submit a Written Letter of Interest to Rose Rafos, Acquisition Management Specialist. Please EMAIL your response to [email protected] by 4 p.m. July 18th, 2016. For additional information regarding this anticipated opportunity, please contact Rose Rafos at (347) 753-1394.