SOLICITATION NOTICE
Z -- IDIQ General Construction, Repair and Alteration Services for Oklahoma West Zone - Solicitation
- Notice Date
- 4/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-13-HH-D-0012
- Point of Contact
- Carolina D. McGillick, Phone: (817)850-5579, Becky G Clark, Phone: (817)978-7103
- E-Mail Address
-
carolina.mcgillick@gsa.gov, becky.clark@gsa.gov
(carolina.mcgillick@gsa.gov, becky.clark@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- REGION 7 SPECS GSA REGION 7 CONSTRUCTION LINE ITEMS 2013 (PRICING FORM) OK WEST Solicitation package The General Services Administration (GSA), Greater Southwest Region 7, Acquisition Management Division, is seeking qualified small business contractors with general construction, repair and/or alteration experience. This procurement will result in multiple awards for Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for repair, alteration, and construction services for the western area of the state of Oklahoma (Oklahoma West Zone). The multiple award IDIQ contracts will be for a period of one (1) year, with provision to exercise options for four (4) additional one year periods. Multiple awards will be made with each awardee being guaranteed a minimum of $2,000 for the base year only. The minimum ordering limitation per task order will be $2,000. The maximum ordering limitation per task order will be $500,000. This Oklahoma West Zone includes the following counties in Oklahoma: Cimarron County, Texas County, Beaver County, Harper County, Ellis County, Roger Mills County, Beckham County, Greer County, Harmon County, Jackson County, Woodward County, Dewey County, Custer County, Washita County, Kiowa County, Tillman County, Woods County, Major County, Blaine County, Caddo County, Comanche County, Cotton County, Alfalfa County, Grant County, Garfield County, Kingfisher County, Canadian County, Grady County, Stephens County, Jefferson County, Kay County, Noble County, Logan County, Oklahoma County, Cleveland County, McClain County, Garvin County, Payne County, Lincoln County, Pottawatomie County, Murray County, Carter County, Love County. The work to be performed under the terms of this contract include, but is not limited to: general construction, as follows: renovations, general construction services including wall partition construction, modification and alteration of floor and wall mounted telephones, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway, and various under floor duct systems; installation of new and the alteration of existing power panels; carpet and carpet tile installation; painting; HVAC duct work modification and repair; door, door frame, and door set hardware installation; communications cabling; grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems; and other such related work which would be outlined in task order and job drawings. This requirement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) codes for this work is 236220, small business size standard is $33.5 million. All responsible firms may submit an offer. This negotiated procurement will be accomplished by using source selection procedures. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. A firm fixed price contract will be awarded to the firms offering the best value to the Government. Non-price technical evaluation factors when combined are significantly more important than price. The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a)); therefore, the offeror's initial proposal should contain the offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation criteria are listed in descending order or importance: 1. Management Plan 2. Experience 3. Past Performance 4. Quality and Accuracy of Hypothetical Proposal 5. Qualifications and Experience of Key Personnel 6. Evidence of Local Office Offerors will not be reimbursed for proposal submittal expenses. A pre-proposal conference regarding this solicitation is scheduled as follows: Date: May 2 nd, 2013 Time: 1:00 PM, Central Standard Time Phone: (866) 564-9718 Passcode: 1817722# Location: 200 NW 4 th Street, Suite 4012, Oklahoma City, OK 73102 OR 819 Taylor St., Room 12A1, Fort Worth, TX 76102 Interested firms are encouraged to attend the pre-proposal conference. The solicitation closing date will be 40 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. Any questions regarding this solicitation must be submitted in writing to Carolina.mcgillick@gsa.gov no later than May 15 th, 2013 at 4:00 PM CST. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information is available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. 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 FBO site for electronic downloading. This 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-13-HH-D-0012/listing.html)
- Place of Performance
- Address: Western area of the state of Oklahoma, see above for list of counties., United States
- Record
- SN03042168-W 20130424/130422234316-c43e196c6c47fa662fd788758dac2683 (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 |