Search Contract Opportunities

Elevators Modernization Project at Jose V. Toledo U.S. Courthouse in San Juan, Puerto Rico   2

ID: 47PC0620R0005 • Type: Presolicitation

Description

Posted: April 15, 2020, 2:59 p.m. EDT

THIS IS A PRE-SOLICITATION NOTICE ONLY. This is not a Request for Proposal.

The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region intends to issue a Request for Proposal (RFP) for a qualified General Contractor to provide construction services for the Elevators Modernization Project at the Jose V. Toledo U.S. Courthouse located at 300 Recinto Sur Street, San Juan, PR 00901.

All solicitation posts and updates for this project will be posted to Solicitation No. 47PC0620R0005.

The base scope of work for the anticipated contract will be limited to the Modernization of Elevator #3 (Judges Elevator) and will include five (5) options:

Option 1: Modernization of elevator #1 (Public Elevator)

Option 2: Modernization of elevator #2 (Public Elevator)

Option 3: Modernization of elevator #4 (Prisoner Elevator)

Option 4: Restore ten (10) bronze sills at Elevator 1 and 2 lobbies.

Option 5: Replace two (2) damaged bronze sills at Elevator 1 and 2 lobbies.

Construction work shall be performed in phases (One phase per elevator, up to four phases).

The offeror selected will be required to supply all labor, materials, equipment and supervision to perform the complete services as required by the Scope of Work under the resultant contract.

Construction elements include but are not limited to building construction services, fire protection, lighting, mechanical and electrical upgrades - as well as associated work in mechanical, electrical and plumbing, as indicated on the drawings, including all phasing and sequencing, as noted in the general and supplemental general conditions and general project requirements specifications.

The Estimated Construction Cost for this project is between $500,000 (base) -$2,000,000 (base plus options).

The period of performance for this requirement is expected to be 630 calendar days including base and all the options.

This requirement will be issued as a Total Small Business Set Aside in accordance with FAR 6.203. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction. The U.S. Small Business Administration size standard is $36.5 million dollars in annual sales and receipts averaged over the last three (3) completed fiscal years.

The procurement method that will be implemented for this project will be in accordance with FAR Part 15.1-Source Selection Processes and Techniques. This project is a competitive acquisition utilizing the Trade-Off process approach under the Best Value Continuum (FAR15.101). This process permits tradeoffs among cost or price and technical factors, and allows the Government to accept other than the lowest priced proposal. For this procurement, the technical evaluation factors when combined will be approximately equal to cost or price.

GSA anticipates issuing the RFP on or about April 14, 2020, with receipt of proposals at a minimum of thirty (30) calendar days. All information, amendments and questions concerning this solicitation will be electronically posted at the Beta SAM website via https://beta.sam.gov/ . No telephone requests will be accepted and no paper copies will be mailed to prospective offerors.

There is expected to be a Pre-Proposal conference and site walk-through. Information regarding these events will be posted on the Beta SAM website at a later date.

Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at www.sam.gov or by contacting SAM Service Desk at www.fsd.gov.

The solicitation and associated information will be available from the Beta SAM website mentioned above. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned Beta SAM posting. Offeror's will not be reimbursed for proposal submittal expenses.

Several solicitation documents will be posted as "Locked" packages in the Beta SAM posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for a secure account and log in is available on the Beta SAM website.

Interested parties are strongly encouraged to register to this notice to receive notification of actions including posting of any amendments. However, offerors are advised to check the site frequently as they are responsible for obtaining amendments.

DISCLAIMER: The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the Beta SAM website for electronic downloading. This website will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Posted: March 30, 2020, 7:15 p.m. EDT

Overview

Response Deadline
None
Posted
March 30, 2020, 7:15 p.m. EDT (updated: April 15, 2020, 2:59 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
San Juan, PR United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
51%
On 3/30/20 PBS Region 2: Northeast and Caribbean Region issued Presolicitation 47PC0620R0005 for Elevators Modernization Project at Jose V. Toledo U.S. Courthouse in San Juan, Puerto Rico. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AA.
Primary Contact
Name
Olga Rodriguez   Profile
Phone
(646) 285-8179

Secondary Contact

Name
Ixa Olivieri Rodriguez   Profile
Phone
(787) 306-5770

Documents

Posted documents for Presolicitation 47PC0620R0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 47PC0620R0005

Contract Awards

Prime contracts awarded through Presolicitation 47PC0620R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 47PC0620R0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 47PC0620R0005

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R2 BUILDING SRVCS BR GROUP 1
FPDS Organization Code
4740-PI000
Source Organization Code
100173625
Last Updated
Aug. 30, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 30, 2020