Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2014 FBO #4710
SOLICITATION NOTICE

Z -- General Services Administration South Service Center Construction IDIQ 2015

Notice Date
10/15/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center Branch (1PSM), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-14-BZ-D-0014
 
Point of Contact
Kara Canty, Phone: (617) 565-5798, James Adamo, Phone: 617-565-8619
 
E-Mail Address
kara.canty@gsa.gov, James.Adamo@gsa.gov
(kara.canty@gsa.gov, James.Adamo@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis issued by the General Services Administration (GSA) Public Building Service (PBS) Region 1 for an Indefinite Delivery/Indefinite Quantity (IDIQ), Construction Contract for the South Service Center. The South Service Center is responsible for all federally-owned and leased buildings in Connecticut, Massachusetts, and Rhode Island (excluding the Boston Metropolitan area, Waltham, Andover and Haverhill, Massachusetts). The contract(s) will be for one (1) base year and four (4) option years. Awardees of this IDIQ contract will be required to provide all management, supervision, labor, materials, equipment, transportation, and disposal necessary for various as-needed repairs, alterations, renovations and construction to federally owned and leased facilities within the South Service Center's geographic area. The NAICS code for this requirement will be 236220. The small business size standard is a three-year average annual gross receipt of $33.5 million. This will be 100% set aside for small business. GSA expects to make up to five (5) awards under this single solicitation. The total amount of all contracts combined will not exceed $20,000,000.00 over the potential 5-year term of the contract. No individual task order will exceed $2,790,000.00. Individual task orders will range from $25,000.00 to $2,790,000.00. Minimum guarantee is $1,000.00 per individual contract. Individual task orders will be issued as needed under the contract for all work. Individual task orders will be competed amongst all successful awardees, unless an exception to fair opportunity exists. The criteria on which the proposals shall be evaluated are: 1. Price 2. Past Performance of the Firm(s) 3. Similar Experience of the Firm(s) 4. Technical Plan 5. Socioeconomic Status Further instructions regarding evaluation criteria will be posted in the upcoming solicitation. For the purposes of this competition, a representative project has also been chosen and all prospective Offerors will be required to submit a proposal. The price submitted for this project shall be an additional basis for evaluation by the Government of the evaluation factor "price." This project may then become the first task order awarded under one (1) of the successful IDIQ contracts. For purposes of this solicitation the representative project that has been chosen is the Richard C. Lee U.S. Courthouse Basement Ceiling and Structural Remediation. The estimated price range for this task order is between $250,000 and $500,000. The period of performance for this work shall be seventy-five (75) calendar days from the date of Notice to Proceed. The solicitation package is expected to be available on FBO.gov on or about November 6, 2014. The due date for proposals will be on or about December 17, 2014. All relevant solicitation documents, including specifications and drawings and amendments may be accessed via free download, beginning on the date of issue at the following site: http://www.fedbizops.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/GS-01P-14-BZ-D-0014/listing.html)
 
Place of Performance
Address: Connecticut, Massachusetts, and Rhode Island (excluding the Boston Metropolitan area, Waltham, Andover and Haverhill, Massachusetts), United States
 
Record
SN03550384-W 20141017/141015234133-b8237f9a8d73f84e9e94b06a6b7fc85e (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.