Federal Bid

Last Updated on 11 Jun 2016 at 8 AM
Sources Sought
Location Unknown

Market Research-SSA NCC 3rd Floor Renovations

Solicitation ID MARKET-RESEARCH_GSA-REGION3_SSA-NCC-Renovations
Posted Date 18 May 2016 at 11 AM
Archive Date 11 Jun 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs R3
Agency General Services Administration
Location United states
The General Services Administration (GSA), Mid Atlantic Region 3, Acquisition Management Division, intends to issue a Request for Proposal (RFP) for the 3rd Floor Renovations at the Social Security Administration National Computing Center located in Woodlawn, Maryland .

This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to setting aside this contemplated acquisition for small businesses.

It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns.

General Description of Scope of Services:

The project is located on third floor of the Social Security Administration (SSA) National Computing Center (NCC), Woodlawn, Maryland. There is approximately 76,000 square feet of usable space, previously used for a data center, available to convert to office space on the 3rd floor of the NCC. Additionally there is 10,000 SF of lab space that may be modified to office space. The project consists of demolition, asbestos remediation, mechanical, electrical, architectural, telecommunication, and fire protection / life safety work. This is currently an active data center and the contractor shall minimize any disruptions to the data processing activities while being attentive to the tenants occupying the building. Phasing activities are a high priority due to the aggressive anticipated period of performance of 14 months.

The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million.

The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors.

Response Information:

An interested firm shall utilize the attached "Sources Sought Response Form" or provide a response that shall not exceed 2 pages. The response shall include the following information:

(1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable.

(2) Required experience to be considered as a viable source for the contemplated acquisition includes performing work that is similar in nature to the scope of work as stated above. Projects of such a nature should be valued between $10 to $20 Million; and have been completed within the past three (3) years.

(3) Describe your firm's ability to obtain performance and payment bonds individually at a value of $18,000,000.00 and aggregately $36,000,000.00.

(4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition).

Interested firms should submit a Letter of Interest with the above requested information to Mr. James Eckhardt, Contract Specialist. Please email your response to [email protected] or [email protected] by 2:00PM, Eastern Time on May 27, 2016.

This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.

Bid Protests Not Available

Similar Past Bids

Location Unknown 07 May 2013 at 8 PM
Location Unknown 21 Jun 2010 at 7 PM
Location Unknown 21 Aug 2009 at 12 PM

Similar Opportunities

Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Nashville Tennessee 01 Aug 2025 at 6 PM
Nashville Tennessee 01 Aug 2025 at 6 PM
Nashville Tennessee 01 Aug 2025 at 6 PM