Contracting Office Address:
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Capital Construction and IDV Branch (6P1QE), 2300 Main Street, Kansas City, MO 64108.
Description:
This is a sources sought announcement for a traditional Construction Services with Design Build (DB) and Design Bid Build (DBB) capabilities Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC), throughout the four state areas of Iowa, Kansas, Missouri, and Nebraska.
The Government must ensure that there is adequate capability, experience, and competition among the potential pool of responsible contractors. Therefore, the purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of Small Businesses within the industry.
This notice is issued to determine interest and capability of potential sources for a potential procurement, and is for preliminary planning/market research purposes only. The North American Industrial Classification System (NAICS) code for this potential procurement is 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $45.0M. The GSA is seeking a response from all interested firms. Please indicate if you qualify as a U.S. Small Business Administration (SBA) Certified 8(a), SBA Certified HUBZone, Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB) and/or Small Business that possess the relevant experience, personnel, and capability to perform the services outlined in this announcement. You must be an approved SBA firm (including Mentor-Protégé Joint Venture firms) at the time of this sources sought announcement to be considered as a valid 8(a) and/or HUBZone firm. For more information on the definition or requirements for these, refer to http://www.sba.gov/.
The total estimated construction cost over the five (5) year period will be included in the future solicitation. It is anticipated that multiple contracts will be awarded to contractors (one contract per successful offeror) who will be expected to complete the traditional IDIQ general contractor duties, as well as DB duties. The type of task order, traditional IDIQ or DB, will be determined prior to the issuance of each individual order placed under the base contract. Each contract awarded will contain a guaranteed minimum amount for the base period to be identified in the solicitation. Typical task orders awarded would be above simplified acquisition threshold ($250,000) through the current prospectus threshold ($3,961,000).
NOTE:
Interested firms must be able to perform at least 15% of the work with its own organization, in accordance with FAR 52.236-1.
Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer’s Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials.
A $2,000,000 minimum aggregate bonding capacity will also be required.
NOTE:
This notice is issued as a Sources Sought announcement for information purposes only. Responses provided will not exclude interested parties from future, related procurement activity.
NOTE:
Overall, the GSA Region 6 encompasses the four (4) state geographical areas that include Iowa, Kansas, Missouri, and Nebraska.
NOTE:
This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent a commitment by the Government. No evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement. No telephone calls will be accepted requesting a bid package or solicitation. At this time a solicitation DOES NOT exist.
Contract Requirement:
The period of performance for the proposed contract: One (1) Base Year plus Four (4) One (1) Year Option Periods.
Based on the GSA agency needs at time of award, the GSA reserves the right to make adjustments to the GSA procurement strategy as deemed necessary.
Type of Work:
The procurement will include a wide range of construction projects over the period of performance utilizing the traditional IDIQ (Indefinite Delivery/Indefinite Quantity) task order contract approach with optional DB services. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies.
Response to Sources Sought:
INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN 10:00 AM (CST), April 1, 2025, WITH THE FOLLOWING SUBMISSIONS VIA EMAIL:
julie.vo@gsa.gov AND steven.steinkamp@gsa.gov
Total Submission shall not exceed Six (6) pages - (this includes pages 1 and 2 of the Market Research Questionnaire, 1 copy of page 3 for each of the Two (2) projects, and 1 copy of page 4 for each of the Two (2) projects requested in the Market Research Questionnaire.
Projects MUST consist of the following: Total contract value equal to or greater than $250,000; type of work similar to that described in this announcement; include both pre-construction and construction phase services.
Please Submit as One (1) file in .pdf format.
Subject line of the email shall appear as follows:
GSA R6 Construction DB IDIQ – Sources Sought Response – (Company Name)
Information shall be submitted via email, as stated above, by 10:00 A.M. (CST) on April 1, 2025.
NOTE:
Information submitted other than the Market Research Questionnaire, as described, will not be considered.
This Sources Sought announcement/market research questionnaire information will be used for preliminary planning purposes. Respondents will not be notified of the results of the evaluation.
NOTE:
All contractors doing business now or in the immediate future with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the System for Award Management (sam.gov).
Point(s) of Contact:
Steve Steinkamp, Contracting Officer, email steven.steinkamp@gsa.gov
Julie Vo, Contract Specialist, email Julie.vo@gsa.gov