Similar Projects
RFQ - Office of Construction and Facilities Management (CFM), Program Management (PM) Support services
Renovation
Design
Washington, DC 20001

Mechanical MACC
Term Contract
Design
Washington Na, DC 20374

CISA Headquarters Building, St Elizabeths West Campus, SE WASH DC
New Construction, Infrastructure - 620,000 SF
Bidding
$400,000,000 CJ est. value
Washington, DC 20032

RFQ Contractor - VA Medical Center (VAMC) Mechanical Systems Ongoing Maintenance And Repairs BPA
Term Contract
Bidding
Washington, DC 20422

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

P-5001 Joint Air Defense Operations Phase 2
New Construction, Infrastructure
Post-Bid
$100,000,000 CJ est. value
Washington, DC 20036

RFQ D/B - Design/Build Regional Office Building (ROB) Modernization Project
Renovation
Pending Verification
$550,000,000 CJ est. value
Washington, DC 20036

Anchor Small Business, Indefinite-Delivery, Indefinite-Quantity, Multiple Award Construction Contract for General Construction Projects Primarily
Term Contract
Design
$15,000,000 CJ est. value
Washington Na, DC 20374

RFQ - AOC Multi-Award A/E IDIQ
Term Contract
Bidding
$150,000,000 CJ est. value
Washington, DC 20036

Multiple Award Construction Task Order Contract
New Construction, Renovation, Demolition
Post-Bid
Washington, DC - Baltimore, Perry Point, MD - Beckley, Clarksburg, Huntington, WV 21201

Security Systems Maintenance (SSM) Contract
Term Contract
Design
Washington, DC 20036

Anechoic Chamber Refurbishment
Renovation
Bidding
$750,000 CJ est. value
Washington, DC 20375

DIA Delivery Order Construction (DDOC) IDIQ - Single Award
New Construction, Renovation
Post-Bid
Washington, DC

Job Order Contract (JOC) Construction Services in Washington, Dc Metropolitan Area
Term Contract
Design
Washington, DC 20036

Request for Proposal For NRL-A59 Replace Fire Suppression System
Build-out, Renovation, Infrastructure
Bidding
$300,000 CJ est. value
Washington, DC 20375

Last Updated 06/01/2023 04:02 AM
Project Title

RFQ D/B - National Elevator Construction and Modernization IDIQ

Physical Address View project details and contacts
City, State (County) Washington, DC 20407   (District of Columbia County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected March 2024
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

THIS IS A SOURCES SOUGHT SYNOPSIS NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not constitute a request for proposal, request for quote, or invitation for bid. The Government is not obligated to and will not pay for information received as a result of this announcement. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary. GSA's Public Buildings Service (PBS) is issuing this Sources Sought Notice to request industry feedback on the best way to structure the IDIQ contracts described in this Sources Sought Synopsis Notice for nationwide Design-Build Elevator Modernization and Construction. In addition, the intent of this notice is to identify potential offerors for market research purposes, and to determine whether to set-aside all or any portion of this requirement for small and small disadvantaged business concerns including firms certified as U.S. Small Business Administration (SBA) 8(a), Historically Underutilized Business (HUB) Zone, Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB). The North American Industrial Classification System (NAICS) code for this potential procurement is 238290 (Other Building Equipment Contractors), with a Small Business Size Standard of $39.5 million. Additionally, this announcement seeks to learn of any joint ventures or mentor-protege agreements between elevator manufacturing companies which perform design, modernization, and construction and small businesses. The General Services Administration (GSA), Public Buildings Service intends to award National GSA-wide Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Contract(s) for Elevator Manufacturing or Modernization/Construction companies with Design/Build capabilities to support the major modernization or construction of federal buildings at locations throughout the United States of America. GSA conducts its business activities through 11 offices (known as GSA Regions) throughout the United States. These regional offices are located in Atlanta, Boston, Chicago, Denver, Fort Worth, Kansas City (Missouri), New York City, Philadelphia, San Francisco, Seattle (Auburn), and Washington, D.C. Depending on market research, any potential solicitation and potential contract award may serve all 11 GSA regions or zones may be created. In the case of zone creation, vendors would be required to serve all areas within the zone, or if applicable, multiple zones. A map of GSA Regions may be found via the following link: www.gsa.gov/about-us/gsa-regions New England Region 1 - Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, Vermont Northeast and Caribbean Region 2 - Northern New Jersey, New York, Puerto Rico, U.S. Virgin Islands Mid-Atlantic Region 3 - Delaware, Maryland, Southern New Jersey, Pennsylvania, Virginia, West Virginia Southeast Sunbelt Region 4 - Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina, Tennessee Great Lakes Region 5 - Illinois, Indiana, Michigan, Minnesota, Ohio, Wisconsin Heartland Region 6 - Iowa, Kansas, Missouri, Nebraska Greater Southwest Region 7 - Arkansas, Louisiana, New Mexico, Oklahoma, Texas Rocky Mountain Region 8 - Colorado, Montana, North Dakota, South Dakota, Utah, Wyoming Pacific Rim Region 9 - Arizona, California, Hawaii, Nevada Northwest/Arctic Region 10 - Alaska, Idaho, Oregon, Washington National Capital Region 11 - District of Columbia, Maryland, Virginia Security requirements will be addressed per Task Order. In order to be eligible to perform under these security requirements, the contractor must possess a Top Secret (TS) Facility Security Clearance (FCL). Specifically designated personnel requiring access to classified information or to the Controlled Access Areas (CAA) must also possess appropriate security clearances based on the classification of the project. Insurance 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. Bonding Requirements For informational purposes, it's expected that a minimum payment bond aggregate bonding capacity of $20,000,000 is required. Performance and payment bonds are required for any construction contract exceeding $150,000. Contract Requirements The period of performance for the proposed contract: base period with four (4) option periods. Type of Work Task orders may include the survey and design of public elevators, and the construction, including total elevator modernization of elevator cars located within Federal Buildings in any region identified above. Elevator modernization as defined includes complete upgrades of all components including but not limited to replacement of elevator equipment and system components including elevator controllers, elevator hoist motors, hoist cables, car platform, safety plank, sheaves and pulleys, cab interiors, cab fans, car operating panels, top-of-car panel, spring buffers, pit ladders, pit drain & piping, guide rails, guide rollers, hoistway doors, door thresholds, door operators, elevator recall systems, EMR duct detectors, smoke detectors, hoistway heat detector, EMR HVAC and control systems, or other components to maximize energy efficiency, reduction of cost per tonnage to operate, and maximum performance capabilities based on design application and use. Replacing pieces and individual components of elevators is not defined as construction or modernization but maintenance. The expectation is a complete upgrade to be defined in the scope of this effort. There is currently a national elevator maintenance effort; maintenance will not be included in the scope. GSA uses an elevator standard, P100 which can be reviewed - https://www.gsa.gov/real-estate/design-and-construction/engineering-and-architecture/facilities-standards-p100-overview Overall, the scope of task orders will be to implement and successfully execute a complete design-build construction project to modernize existing elevators or to construct new elevators. A separate pricing request for additional Private Elevators (non-residential, e.g. certain courthouse elevators) may be requested as an ADD Option at the discretion of the GSA Task Order Contracting Officer and may be implemented under the contract as a modification during the project duration. Escalator modernization and construction is also being considered. Interested parties shall be capable of providing the services associated with the aforementioned competencies. System for Award Management Registration (www.sam.gov) 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 Government Point of Entry (GPE) www.SAM.gov . Response to Sources Sought Interested sources are invited to email their answers to the Sources Sought Synopsis questionnaire (https://forms.gle/9X14tSG8KCLDXebS9 ) NO LATER THAN: July 5, 2023, at 11:59 P.M. EST. For any problems or questions about the link, please contact Ericka.Wilson@gsa.gov . The method of Contractor Selection has not been Determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents