The General Services Administration (GSA) New England is seeking HUBZone, Service Disabled Veteran Owned (SDVO), Economically Disadvantaged woman Owned Small Business (EDWOSB), 8(a), and all other Small Businesses with General Construction capabilities to perform the requirement as follows:
The contractor must provide all labor, materials, equipment and supervision for the complete reconfiguration and renovation of an approximately 34,600 square foot area over 3 floors at the John F. Kennedy Federal Office Building in Boston, MA. This will be a multi-phased construction project on the 14th, 15th, and 16th floors. The project is to include all trades needed to complete the work, such as, Carpentry, Electrical, HVAC, Plumbing, Millwork, Finishes, Life Safety, Cabling, Demolition, Flooring, and the like. The Construction Project Period of Performance is anticipated to be approximately 18 months from the Notice to Proceed.
Interested firms should provide sufficient information to allow an informed evaluation and decision to ascertain if there is enough competition to solicit this requirement as either an SDVO, EDWOSB, HUBZone or 8(a) Small Business Set-aside. The estimated cost range is between $5,000,000 and $10,000,000. The North American Industry Classification System (NAICS) code for this service is 236220. The Small Business Size standard is $36.5 MILLION. If this contract is set-aside for small businesses and socioeconomic small businesses there will be a limitation on subcontracting, which means that the prime contractor must utilize more than 50% of its employees to perform the work required under this contract.
Please respond via email to the following questions by 2:00 PM on April 13, 2018.
NOTE: Failure to submit all information requested may result in a contractor not being considered as an interested small business concern.
1. Identify past experience which demonstrates that your firm is qualified to perform this type of work in a populated office building of similar size and complexity.
2. If this procurement is set aside, will your firm submit an offer?
3. Demonstrate capability for providing all of the above mentioned services in the local Boston, MA metropolitan area.
4. Will your firm provide at least 50 percent of the personnel cost of the contract performance with employees of your concern?
Note: 50% should be 15% and will be revised in the RFP. Please provide your answer based on 15%.
5. If your firm intends to submit a proposal are any of your personnel cleared through the Department of Homeland Security HSPD-12 security process?
6. Indicate whether your firm is small business, small disadvantaged business, service-disabled veteran owned, HubZone, Woman Owned, 8(a) or Large Business. The NAICS code for this contract is 236220 and the small business size standard is $36.5 million.
THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential business sources. The government will not reimburse responders for the cost of the submittals. Submittals should be e-mailed to [email protected] no later than 2:00 PM on April 13, 2018.
If you are not interested in this specific project please let us know and please indicate the type of work, the location of the work, and dollar range you would be interested in for future procurement opportunities in New England.