The RFP Database
New business relationships start here

Design/Build Services for the Repair and Alteration project for the Modernization of the F. Edward Hebert Federal Bldg


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is not a Request for Quote (RFQ) or Request for Proposal (RFP). This notice does not constitute a commitment by the Government to issue an RFQ, RFP, contract or task order. The Government will not pay for any effort expended or any material provided in response to this announcement. Requests for a solicitation will not receive a response.

This Sources Sought Notice is being issued by the General Services Administration for Design/Build services for the repair and alteration project for the modernization of the F. Edward Hebert Federal Building, located at 600 S. Maestri Place in New Orleans, LA. The Hebert Federal Building, constructed in 1939 as a Federal Building and U.S. Post Office, is a 271,000 gross square foot, steel-framed, 11-story building with a below grade basement. An example of the sleek 1930's Modernistic style, the building is listed in the National Register of Historic Places. The project will include replacing aging building systems and significant interior improvements needed for building safety and efficiency. This would be considered a highly complex project, including the build-out of an entire new mechanical/HVAC plant, main electrical switchgear room, and Main Distribution Frame (MDF) room/IT-Telecom Demarcation Room, along with extensive mechanical and electrical upgrades throughout each floor, all in a mostly occupied building. The contract will include design and construction services.


A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. This notice seeks information to assist the Government in locating potential sources with the ability to satisfy its requirement.


Small businesses, including businesses in all socio-economic categories that are certified and qualified under the North American Industry Classification System (NAICS) Code 236220 (Size Standard is $36.5 million) are encouraged to respond.


All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at www.sam.gov prior to award of a contract.


The estimated design/build cost range is between $50,000,000 and $55,000,000. The firm, fixed-price contract shall not exceed $55,000,000. As this amount is greater than the size standard amount for small businesses, small businesses will have to detail how they will be able to successfully solicit for this contract without violating the size standard outlined by Small Business Administration (SBA), should the future procurement be set-aside for small businesses. Any interested firm should provide a Written Letter of Interest and a Response to the following questions (no more than 3 pages) by 3:00 pm CST, June 6, 2018 to Marsha Howard via email marsha.howard@gsa.gov. The subject line should state "Sources Sought for 47PH0818C-HebertSB." Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses.


The written Letter of Interest must contain the following elements, at a minimum:


• Contractor's name, address, point of contact, phone number and email address,
• Tax Identification Number and DUNS number,
• NAICS code(s) under which the company operates,
• Two (2) similar projects: SIMILAR PROJECT is defined as a project that is similar in size, complexity, and type. To qualify as a similar project, the projects must meet all three elements of size, complexity, and type as further defined here. The term "similar projects" is defined, for evaluation purposes, as major renovations to office buildings, renovations valued at $50 million or greater, more than 7 floors in height, and 250,000 GSF or more; experience with major alterations/upgrades to building mechanical, electrical, building controls, and fire-life safety systems, as well as interior space alterations. Experience with renovations conducted in buildings with continuous ongoing occupancy requiring phased relocation of tenants is also a requirement. Buildings listed on the National Register of Historic Places are recommended. Examples include Commercial office buildings (Multi story), Courthouses and Federal and State Office buildings (Government), and
• Contractor's Bonding Capacity in the form of a letter from Surety per contract and aggregate amounts.


Questions:
Is your firm a small business?
How will your firm be able to obtain a Design/Build contract while still maintaining your small business stature?


The Government will review each response and will use the information it receives in response to this sources sought notice as a basis for determining whether there exists reasonable expectation of obtaining a sufficient number of offers that are competitive in terms of market prices, quality and delivery. In any joint venture or teaming arrangement, the offeror of record must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Notice.


 


Marsha Howard, Contracting Officer, Phone 817-978-0123, Fax 817-978-2577, Email marsha.howard@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP