Maine Bids > Bid Detail

Houlton Modular Sources Sought

Agency:
Level of Government: Federal
Category:
  • 54 - Prefabricated Structures and Scaffolding
Opps ID: NBD00159689864173842
Posted Date: Nov 21, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/e1b082e9f4...
Follow
Houlton Modular Sources Sought
Active
Contract Opportunity
Notice ID
HoultonModularSourcesSought
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R1 ACQ MANAGEMENT DIVISION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2023 11:26 am EST
  • Original Response Date: Dec 06, 2023 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5410 - PREFABRICATED AND PORTABLE BUILDINGS
  • NAICS Code:
    • 332311 - Prefabricated Metal Building and Component Manufacturing
  • Place of Performance:
    Hodgdon , ME 04730
    USA
Description

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a solicitation or a Request for Quotation (RFQ) and no contract or task order will be awarded from this request. No Solicitation or Specifications are available at this time.





The General Services Administration (GSA), Public Buildings Service (PBS), Region 1 (New England), Acquisition Management Division (AMD), is conducting market research to determine if any veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone), economically disadvantaged women-owned small business (EDWOSB), women-owned small business (WOSB), Small Disadvantaged Business (SDB), or 8(a) Business Development Program Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein.





The GSA, PBS, Region 1, seeks information on the availability of firms (both small and large businesses) who can successfully Design, Construct and Install an approximately 2470 sf modular office building at the United States Customs and Border Protection, Border Patrol Headquarters located at 96 Calais Road in Hodgdon, Maine.






  1. Specifications



The pre-engineered building (“The Building”) shall be of permanent construction with reinforced concrete foundations; concrete floor slabs; low-slope or sloped roof appropriate for Hodgdon, Maine snow loads; with heating, ventilation, security, electrical, and controlled access systems, including Physical Access Control card readers and Closed Circuit TV cameras. Supporting facilities include land clearing, paving, general site improvements, stormwater management, and utility connections. The Contractor shall be responsible for providing all equipment and machinery necessary for the assembly and installation of the Building, to include the foundation. The building will be designed, constructed, and installed in accordance with the current version of the GSA P100 Facilities Standards for the Public Buildings Service using the Baseline performance tier.





Accessibility for the disabled shall be provided as required by P100. Sustainability/Energy measures will be provided. The Facility will be designed, constructed, and installed in accordance with current P100 Facilities Standards for the Public Buildings Service (including current amendments) in accordance with “Baseline” performance requirements. Refer to U.S. Customs & Border Protection (CBP) Open Storage Construction Requirements for HSDN Rooms (to be provided).








  1. Site Preparation




  1. Clear and grub approximately 3200 SF site area for the new building. The designated area is grassed and relatively flat. Manage removal of existing fill materials in accordance with P100. Provide silt barriers as needed.

  2. Remove existing trailers - coordinate with GSA facilities and disposal. Demolition and disposal of the existing building is to be carried out in accordance with GSA and P100 requirements.

  3. Excavate to establish suitable subgrade for foundation. GSA to provide soil boring records. Haul and dispose of all organic and unsuitable construction material. in accordance with the P100, local and state requirements.

  4. Establish grades to tie into the existing stormwater management system. Manage stormwater runoff from impermeable surfaces (roof and paved surfaces) to conform with the existing stormwater management plan. See As Built Site drawings for system layout. Provide gutters and downspouts as required.






  1. Foundation




  1. Based on examination of boring logs provided, place reinforced concrete foundation. Design loads to be developed from program and sizing of modular building and prevailing ME codes.

  2. Place approximately 3,000 SF concrete foundation slab. Concrete floors will be high strength, smooth finish. Design loads to be developed from program and sizing of modular building and applicable building codes.






  1. Office Building




  1. Construct an approximately 2470 sf office building using the Program of Requirements provided. The building is to be located within the area designated on Record As-Built site drawings dated 07/18/2023.

  2. Facility will be fully accessible and must comply with the Architectural Barriers Act Accessibility Standard (ABAAS). Provide an accessible connection from accessible parking to the new Building.

  3. Exterior colors and finishes will match the nearby Admin Building. Final interior finish selections to be made by CBP.

  4. Provide interior and exterior lighting per CBP and P100 requirements.

  5. Provide conduit for closed-circuit television (CCTV) cameras to monitor building entrances per CBP security requirements. CBP to purchase camera equipment. See Option 2. Tie-in new cameras with existing monitoring station.

  6. Provide a high efficiency HVAC system to meet P100 requirements.

  7. Furnishings will be purchased by CBP and installed by the Contractor.

  8. Requirements for HSDN Room shall conform to owner-provided Open Storage Construction Requirements for HSDN Rooms (to be provided).






  1. Utilities




  1. Sanitary Sewer

    1. Provide PVC waste line connection to the existing septic system shown on Existing Conditions site drawings.

    2. Excavate and place suitable fill and cover under unpaved areas. Provide additional fill and cover to protect pipes from excess loads of military vehicles under paved areas and/or fire access areas.

    3. Repair any damage to paved areas as a result of excavation.



  2. Water

    1. Connect to existing water well as required by applicable codes.

    2. Refer to POR for plumbing requirements.

    3. Flush, test and chlorinate new water lines.

    4. Provide bedding and backfill in all unpaved areas.



  3. Electric

    1. Provide electric connection to support lighting, HVAC and security systems from connections indicated on site on the record documents. Connect to the new Kohler generator on site.

    2. Design loads to be developed with the customer program.



  4. HVAC

    1. Size HVAC system to provide heating, cooling and ventilation in accordance with P100 requirements. Coordinate utility connections with utility providers.








  1. Landscaping




  1. Seed grass surrounding new facility; water until grass has taken root and can be mowed. Type of grass to be coordinated with customer.






  1. Options





Option 1: Contaminated Materials




  1. Include a Contract Line-Item Number (CLIN) for testing, removal and disposal of hazardous materials. Unit price per volume or linear foot will be used.



Option 2: HSDN Lockers



Option 3: Closed Circuit Television




  1. Instructions





Qualified firms are encouraged to respond to this RFI with a brief capabilities package. This should include sufficient documentation to demonstrate the company’s ability to meet, at a minimum, the service requirements as stated within this RFI. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Please identify any existing contract vehicles (e.g. Multiple Award Schedule (MAS)) in your response.





Responses to this RFI shall be emailed to the following individuals: Adam Katzman at Adam.Katzman@gsa.gov, Miranda Beaudet at Miranda.Beaudet@gsa.gov and the Contracting Officer, Sebastian Asaro at Sebastian.Asaro@gsa.gov. Responses must be received no later than 1:00 p.m. Eastern Daylight Time (EDT) on 12/06/2023.


Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 10 CAUSEWAY STREET
  • BOSTON , MA 02222
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 21, 2023 11:26 am ESTSources 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 >