The RFP Database
New business relationships start here

Design Build Parking Structure


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

THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY.
NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES.
General Services Administration, Special Programs Division seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for an upcoming design/build effort near the Federal Law Enforcement Training Center (FLETC) in Charleston, SC. The project scope is detailed below:
The project is a design-build construction project to construct a seven story parking garage. The Department of State (DOS) on the Charleston Regional Center (CRC) in Charleston, South Carolina is in need of additional parking. In order to fulfill this need, a new seven level parking structure will be designed and constructed. The structure will have a gross floor area of 430,752 square feet (SF) and parking spaces for 1,326 vehicles. The parking structure will be conventional precast concrete double tee construction. The precast structure will have a single central ramp accessing the upper levels. Three stair wells will serve the upper floors along with two elevators in each of the stair wells. The exterior will have brick veneer cast into the exterior panels to match the existing structures at the CRC. The new structure will also require tie-ins to local utilities. New landscaping will also be installed surrounding the structure. To facilitate the construction of the parking structure the existing parking lot will require temporary relocation to another area on the campus.


The NAICS Code for this requirement is 236220 Commercial and Institutional Building Construction with a corresponding size standard of $36.5 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov.
The following Limitations on Subcontracting apply to each category as follows:
• Small: In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
• 8(a): In accordance with FAR clause 52.219-14, at least 15% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.
• HUBZone: In accordance with FAR clause 52.219-3, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns.
• Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 15% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns.
• Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 15% of the cost of the contract incurred for personnel with its own employees.
Work will be ordered by issuance of firm fixed price contract.
In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the following:
• Possess all professional qualifications, including classified construction project management
• Ability to self-perform and perform within the Limitations on Sub-contracting requirements listed above


Firms responding to this notice must submit a narrative, not exceeding ten (10) pages, addressing the following:
• Description of how capability requirements above will be met.
• Brief past performance information on large classified construction projects of a similar scope and magnitude
• Firm's current security clearance level and expiration date
• Firm's facility security officer's information and telephone number
• Percentage and description of self-performed work over the previous five (5) years.
• IMPORTANT: Identification/certification of business size and socio-economic group, i.e. certified HUBZone business, certified 8(a) business, certified Service Disabled Veteran-Owned small business, woman-owned business, or small business.
• Verifiable bonding information (The estimated magnitude of construction is $30M to $40M.)
• Firm's name, DUNS number and CAGE Code.
All firms responding to this sources sought shall keep responses to a maximum of ten (10) pages including the cover sheet, if any. Your response is due no later than 12 p.m. Mountain Time on Wednesday 27 March 2019.
Responses shall be submitted by email only with subject titled "SS DOS Parking" to the following email address(es):
aaron.adams@gsa.gov
overton.spence@gsa.gov
The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socio-economic business programs. GSA does not intend to pay for any information provided under this notice.
The link below is in reference to the Industry Day being held for this project on March 27, 2019
https://www.fbo.gov/index?s=opportunity&mode=form&id=d700f13e20f5574df995c88b733eab7a&tab=core&_cview=0


 


Overton Spence, Contract Specialist, Phone 7204221389, Email overton.spence@gsa.gov - Aaron Adams, Contracting Officer, Phone 3032361365, Email aaron.adams@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP