Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

Z -- IDIQ Multiple Award for Repairs and Alterations Projects

Notice Date
3/1/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Brooklyn/Queens/Long Island Acquisition Unit (2POA-B), 625 Fulton St. (10 Metrotech), 7th Floor, Brooklyn, New York, 11201
 
ZIP Code
11201
 
Solicitation Number
GS-02P-11-PCD-0006
 
Point of Contact
Helen E. Washington, Phone: 7182547080, Heidy Sanchez, Phone: 718254-7114
 
E-Mail Address
helen.washington@gsa.gov, heidy.sanchez@gsa.gov
(helen.washington@gsa.gov, heidy.sanchez@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice Type: Pre-solicitation Classification Code: Z-Maintenance, Repair and alteration of real property NAICS Code 236220 - Commercial and Institutional Building Construction Date Published: 11/05/2010 Solicitation Number: GS-02P-11-PC-D-0006 Synopsis: This is a Pre-solicitation Notice. The General Services Administration (GSA), Northeast and Caribbean Region is pleased to announce an opportunity for Multiple Award, Indefinite Delivery/Indefinite Quantity contract(s) for Repairs and Alteration projects in Federally-owned buildings and Federally-leased space within the five (5) boroughs of New York City, and in the New York counties of Nassau, Suffolk, and Westchester. Solicitation No.: GS-02P-11-PC-D-0006. The general contractor(s) (GC) will provide all labor, material, supervision, equipment, and tools necessary to perform all work under the contract. The repairs and alteration projects will involve but are not limited to; build out of interior spaces and the demolition of interior building components; installation of duct work; construction of partitions, doors and frames; installation of acoustical ceilings; removal and installation of ceiling and floor tile; removal and installation of carpet and floor systems; removal and installation of various electrical devices and components; installation of copper tubing and check valves for domestic water supply; and interior painting. There will also be a requirement to provide limited design (A&E) services on certain projects The GC must be capable of performing several task orders concurrently and will be required to have the ability to perform and manage multiple construction projects (on an as needed basis). Also each GC will be subject to furnishing a bid bond; and performance and payment bonds on task orders over $25,000. Individual task orders exceeding $2,000.00 will be competed with all awardees using the fair opportunity process unless the Government determines otherwise per FAR 16.505(b) (2).. This procurement is being issued as a Total Small Business -set-aside under the North American Industrial Classification System (NAICS) code 236220 (Commercial and Institutional Building Construction). To be considered a small business concern under this procurement, a contractor's average annual gross sales and receipts for the preceding 3 fiscal years may not exceed $33.5 million dollars. GSA anticipates awarding up to six (6) contracts under this procurement. The term for each of the awarded contracts will be for a one year base period with four (4) one year option periods. The guaranteed minimum for each contract awarded will be $2,500.00 (base year only) over the life of the contract. The maximum ordering limitation (MOL) for each contract will be $10,000,000.00 for the base year and each four-one year option period(s), resulting in a cumulative MOL of $50,000,000.00. GSA will evaluate all proposals using the Lowest Price Technically Acceptable (LPTA) source selection method. Award(s) will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for all technical factors. Technical proposals will be reviewed before price proposals in order to determine if the proposals are technically acceptable, or if after clarifications, the proposal can be made technically acceptable. Pricing proposals will be opened for each offeror found to be technically acceptable after the initial evaluation. The technical evaluation factors for this procurement will be as follows Factor 1 - Experience on Similar Projects, Factor 2 - Past Performance on Similar Projects, Factor 3 - Task Order Management Plan, and Factor 4 - Qualifications of key personnel. This Solicitation No.: GS-02P-11-PC-D-0006 will be made available through this website, the Federal Business Opportunities (FEDBizOpps) website (www.fbo.gov) on or about __03/15/2012__________________. There will be a pre-proposal conference for this procurement and the date will be issued in the solicitation. TheFedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition documentation. The solicitation for this procurement will not be made available in paper format or compact disc. The FBO website is fully integrated with other electronic government initiatives such as the Central Contractor Registration (CCR) database, and is available for by all Federal agencies. Please enter and maintain your representation and certification information via the internet at http://orca.bpn.gov. To prepare for and register in ORCA you will need to have two items: an active Central Contractor registration (CCR) record and a Marketing Partner Identification Number (MPIN) as identified in the CCR record. Helen Washington, Contractor/Sr. Contract Specialist, GSA, PBS, BQLI Acquisition Branch (2PSAB), Emanual Celler U.S. Courthouse, 225 Cadman Plaza, EAST, Room N180, Brooklyn, NY 11201, 718-254-7080 (Office), helen.washington@gsa.gov (Email). Other Contracting POCs: Lydia Ortiz, Contracting Officer, General Services Administration, Brooklyn/Queens/Long Island Acq Unit 2PSAB, 631-715-3087 (Office), lydia.ortiz@gsa.gov (Email) or John Bellington, Supervisor Contracting Officer, 718-254-7106 (Office), john.bellington@gsa.gov (Email). LORTIZ: 1 26 2012 Revised 1 31 2012 Reviewed by Joan 1 31 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCB/GS-02P-11-PCD-0006/listing.html)
 
Place of Performance
Address: The Five (5) boroughs of New York City, and in the New York counties of Nassau, Suffolk, and Westchester, Brooklyn, New York, 11201, United States
Zip Code: 11201
 
Record
SN02686965-W 20120303/120301235150-8be2f2792df081ea11dc09dcffc7a3c3 (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.