THIS IS A SOURCES SOUGHT SYNOPSIS – FOR PLANNING PURPOSES ONLY
The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Government Certified 8(a) Businesses, Service-Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, HUBZone small businesses, or Small Disadvantaged Businesses.
The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, General Contractors (GC) for the anticipated solicitation for a Mid-Atlantic Social Security Center (MATSSC) Plaza Renovations Construction Project.
Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. This notice is intended strictly for market research only. Depending on market research and other influences, GSA anticipates issuing a solicitation for this project around November/December 2024. The full extent of the work will be described in the solicitation when it is posted. No additional information will be available before the solicitation is posted.
This is not a request for offers or proposals. The Government does not intend to award a contract based on responses and the Government is not obligated to and will not pay for information received as a result of this announcement.
Project Location:
Mid-Atlantic Social Security Center (MATSSC)
300 Spring Garden Street
Philadelphia, PA 19123
Description of Intended Contract:
FIRM FIXED PRICE
Scope Summary:
The construction scope of work includes all labor and materials required for the General Contractor (GC) to provide construction services for the Mid-Atlantic Social Security Center (MATSSC) Plaza Renovations Construction Project. The services requested of the GC shall cover a wide range of construction activities, as defined below.
Project Description:
SYNOPSIS: The purpose of this project is to refresh the north plaza, south plaza, and flagpole area design for the Mid-Atlantic Social Security Center from the final design package. In addition, incorporate LEC concrete and obtain all required permits. The A/E shall pay for all permit application and review fees as part of their proposal.
The North Plaza and South Plaza were designed together in a bid package titled, “MATSSC Plaza Renovation,” and delivered to the GSA on 7/7/2017. The North Plaza is designed to extend from the new lobby entrances (bump out) to the sidewalk and curb at Spring Garden Street, including the flagpole area. (Water intrusion repairs were performed under the MATSSC Security Project). The design of the North Plaza includes a pedestal paver system based on the design of the Security Project. The new plaza includes new retaining walls, ramps, handrails, mulched bedding area, site lighting, landscaping, hardscaping, and metered drip irrigation.
The South Plaza will extend from the water intrusion repairs constructed under the Security Project to the parking lot curb. The South Plaza design will also include the planters, seating and shading that was rendered as part of the MATSSC Plaza Renovation Project. The new plaza shall include new landscaping, hardscaping, site lighting, and metered drip irrigation and any required drainage. The underside of the South Plaza shall also be cleaned of all mineral deposits and scale and treated as required to provide a clean slab. Include structural repairs. The three girders located in the loading dock that support a portion of the plaza/building need to be replaced. The AE shall use LEC steel for the structural repairs. This work shall be designed and incorporated into the South Plaza construction documents. Refer to Henry Adams Report of the situation. The trellis structure shall be removed from the design.
Flagpole Area - The A/E shall update the design for the repairs or replacement of the flagpole system. The base of the flagpole is surrounded by stamped concrete in a faux brick pattern.
This shall be replaced and will be coordinated with the new plaza hardscape structures.
All projects receiving IRA funds must display the correct IRA signage. These requirements will be forthcoming and must be incorporated into the construction bid docs.
Reevaluate the following to determine if needed for this project. Some things to consider are the following:
Northeast:
- Remove Bike racks and Trash receptacles from the project;
- Landscaping items can be greatly reduced if not eliminated altogether. Identify bid options Can use LEC concrete bollards?;
- Pavement markings are on top of LEC concrete;
- Irrigation system can be reduced based upon reduced landscaping needs.
Northwest:
- Flagpole bases can be LEC concrete;
- Remove Bike racks and Trash receptacles from the project Flagpole is IRA because it is being installed on LEC base;
- Landscaping items can be greatly reduced if not eliminated altogether. Identify bid options Irrigation system can be reduced based upon reduced landscaping needs;
- Can use LEC concrete bollards?;
- Pavement markings are on top of LEC concrete.
South:
- Remove Bike racks, Trellis, and Trash receptacles from the project;
- Landscaping items can be greatly reduced if not eliminated altogether. Identify bid options Irrigation system can be reduced based upon reduced landscaping needs;
- Can use LEC concrete bollards?;
- Pavement markings are on top of LEC concrete.
In addition, confirm if EV charging stations are installed in the parking lot so the plaza work would not be impacted by this or the electrical feeds. If required, design conduits under the plaza to accommodate this future need.
Size Standard:
Sources are being sought for firms with a North American Industry Classification System (NAICS) of 236220 - Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $45 million in average annual receipts over the past three (3) years. The estimated total construction costs for the project falls within the approximate range of $10,000,000 to $20,000,000.
Selection Procedures:
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 where non-price factors are considered more important than price.
The project is funded under the Inflation Reduction Act (IRA).
Response Information:
Interested contractors shall complete the form linked to this notice (https://forms.gle/KF7cDyy22tq16DRa7), via google suite, no later than 12:30 p.m. on Tuesday, September 24, 2024. If the contractor is unable to complete this form through the google suite, complete the attached form and return to the contract specialist and contracting officer no later than 12:30 p.m. on Tuesday, September 24, 2024, by email at dana.douglas@gsa.gov and maryanne.potok@gsa.gov. Subject line of the email shall appear as follows: MATSSC Plaza Renovations Construction Project - GC Sources Sought Response. Oral communications, telecommunications and faxed inquiries or comments are NOT acceptable as a response to this Notice. Only e-mail responses will be accepted.
Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses.
Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.Sam.Gov. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.