Levin Courthouse Capital Security Project

Agency: GENERAL SERVICES ADMINISTRATION
State: Michigan
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159053519751884
Posted Date: May 30, 2023
Due Date: Jun 13, 2023
Solicitation No: 47PF0023R0065
Source: Members Only
Follow
Levin Courthouse Capital Security Project
Active
Contract Opportunity
Notice ID
47PF0023R0065
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R5
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 30, 2023 07:18 am CDT
  • Original Response Date: Jun 13, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Detroit , MI 48226
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. The intent of this notice is to assess industry's small business concerns, including SBA Certified 8(a) Firms, Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB), capability and interest in performing this requirement. The Government must ensure there is adequate competition among the potential pool of responsible contractors.





THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a formal solicitation. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. If no responses are received from potentially responsible small business sources, GSA under the FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis.





The General Services Administration (GSA), Region 05 - Great Lakes Region, is issuing a Sources Sought Announcement for a Levin Capital Security project at the Theodore Levin U.S. Courthouse in Detroit, MI. The general scope of the project includes:






  • Exterior site improvements including new wheelchair accessible ramps with masonry cladding to match the historic building finishes.

  • Demolition, hazardous material mitigation, structural, architectural, mechanical, electrical, and plumbing interior renovations to build new security screening stations near both main entrances. The work shall include lowering one section of existing structural concrete deck as well as installation of an interior wheelchair lift.

  • Elevator equipment modifications to upgrade an existing service elevator for the use as a dedicated prisoner movement elevator.

  • Structural, architectural, mechanical, electrical, and plumbing interior renovations to build a new sally port enclosure for vehicles in the basement loading dock area.

  • An option includes additional demolition, hazardous material mitigation, structural, architectural, mechanical, electrical, and plumbing interior renovations to build two new holding cells on the 2nd floor.

  • All areas of work include new security improvements. This contract will include provision of conduits, back-boxes, power equipment, and other systems as required to support new security devices and wiring to be provided by others.





The construction cost estimate is between $5,000,000 and $10,000,000. It is anticipated the Request For Proposal (RFP) will be posted to SAM.gov in August 2023. The performance period is 365 calendar days upon receipt of the on-site Notice to Proceed. The North American Industry Classification System (NAICS) Code for the proposed acquisition is 236220 with a small business size standard of $45 million.





If you are an interested party, please provide the following information.





1. Include company name, point of contact information, and Unique Entity Identifier (UEI).



2. Indicate your intent to bid on a subsequent solicitation.



3. Provide a short statement regarding your business' capabilities and experience on a minimum of two projects similar in size, scope, and complexity.



4. For each example, indicate whether the project involved the following:




  • The project was a renovation/buildout that included demolition of existing structural architectural, mechanical, electrical and plumbing systems, abatement of hazardous materials, structural system modifications, new architectural improvements, and modifications to mechanical, electrical, plumbing, elevator, and fire protection systems.

  • The project exceeded $3,000,000 in construction cost at award.

  • The project was completed within the last five years.

  • The project was performed in an occupied and functioning building.

  • The project involved work on a historic site and/or building.

  • The project required close coordination with occupants.



5. Does your firm have a bonding capacity for a project over $5,000,000? If yes, state your maximum bonding capacity.



6. Indicate if your company meets the small business size standard for NAICS 236220, otherwise indicate if you are a large business.



7. Indicate all applicable small business representation(s) (8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, etc).





Interested firms shall submit the above information to Lisa Gonzalez, Contracting Officer, at lisa.gonzalez@gsa.gov. Your submission should be no longer than 10 pages. Responses are due no later than 3:00 pm CST on June 13, 2023.





Respondents WILL NOT be notified of the results of the evaluation.






Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 230 S DEARBORN STREET
  • CHICAGO , IL 60604
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 30, 2023 07:18 am CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >