Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2007 FBO #2179
SOLICITATION NOTICE

Z -- Indefinite Quantity Construction Term Contract for General Repairs and Alterations with Design-Build Capabilities for the State of Maryland (Excluding Montgomery and Prince George Counties)

Notice Date
10/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building 20 North 8th Street, 9th Floor, Philadelphia, PA, 19107-3191, UNITED STATES
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-08-DX-D-0004
 
Response Due
11/8/2007
 
Point of Contact
Nadya Popil, Contract Specialist, Phone 215-446-5761, Fax 215-446-6185, - Nadya Popil, Contract Specialist, Phone 215-446-5761, Fax 215-446-6185
 
E-Mail Address
nadya.popil@gsa.gov, nadya.popil@gsa.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
INDEFINITE QUANTITY CONSTRUCTION TERM CONTRACT FOR GENERAL REPAIRS AND ALTERATIONS WITH DESIGN-BUILD CAPABILITIES FOR THE STATE OF MARYLAND (Excluding Montgomery and Prince George Counties) GS-03P-08-DX-D-0004-- The General Services Administration (GSA) is soliciting proposals for an Indefinite Quantity Multiple Award Repair and Alterations Construction Term Contract with Design-Build Capabilities for Government Owned and Leased facilities in the state of Maryland (excluding Montgomery and Prince George counties). All work to be acquired under the contract will be accomplished by the issuance of individual delivery orders. The individual delivery orders to be placed under the contract will range in dollar value from approximately $2,500.00 to $2,500,000.00. The contract period of performance consists of the base year with the possibility of four (4), one (1) year options. The Government's intent is to award to five (5) offerors who submit proposals which will provide the best value to the Government in terms of technical qualifications and price. Each selected contractor will have an aggregate maximum limitation of $15,000,000 over the term of the contract. The approximate quantity of construction services anticipated to be performed under this contract per year is $3,000,000.00. The Government anticipates awarding this contract during February 2008. The NAICS code for this procurement is 236220 (General Construction). The Solicitation Number is GS-03P-08-DX-D-0004. The contract will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm fixed price award to the offerors who provide the best value to the Government. This procurement shall be set-aside for Hubzone certified firms. Offerors will be evaluated based on technical merit and price proposals. The Government reserves the right to make an award without discussions. For this procurement, technical evaluation factors are significantly more important than price. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Past Performance on Similar Projects, 2. Technical and Organizational Approach, and 3. Key Personnel Qualifications. Past Performance on Similar Projects is significantly more important than any other factor. The solicitation package (Including specifications, drawings, offer forms, clauses, and provisions) will only be available electronically. It will be available on or about November 8, 2007. Offerors MUST be registered in the Contractor?s Central Registration (CCR) database in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Once you have registered with CCR you will be required to register with the Federal Technical Data Solution (FedTeDS). The solicitation will not be available on the FedBizOpps website. The solicitation can only be obtained by accessing a secure website known as FedTeDS. FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must register on the FedTeDS website to have access to solicitation material. This registration includes providing a Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN). For additional information, visit the FedTeDS website, www.fedteds.gov or the CCR website, www.ccr.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company?s ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. ********All questions must be submitted in writing and faxed to the attention of Ms. Stephanie F. Hill at (215) 446-6111. You can contact Ms. Hill at (215) 446-4766.******** NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-NOV-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03P-08-DX-D-0004/listing.html)
 
Place of Performance
Address: The State of Maryland (Excluding Montgomery and Prince George Counties)
Zip Code: 21235
Country: UNITED STATES
 
Record
SN01450840-F 20071114/071112223502 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.