SOLICITATION NOTICE
Z -- Region 6 IDIQ Multiple Award Task Order Construction Contract
- Notice Date
- 5/14/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction Division (6PC), Acquisition Branch (6PCA), 1500 East Bannister Road, Kansas City, Missouri, 64131, United States
- ZIP Code
- 64131
- Solicitation Number
- GS-06-P-15-GZ-D-7000
- Archive Date
- 6/30/2015
- Point of Contact
- Erica Hoffman, Phone: (816)274-2382, Christopher L. Cox, Phone: 816-926-7894
- E-Mail Address
-
erica.hoffman@gsa.gov, christopher.cox@gsa.gov
(erica.hoffman@gsa.gov, christopher.cox@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Management Division (AMD), Two Pershing Square, 2300 Main St., Kansas City, MO 64108-2417. This is a pre-solicitation notice for Request for Proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOC) for the states of Iowa, Kansas, Missouri, and Nebraska (GSA, PBS Region 6). This procurement is Full and Open, and is not a set aside for small business. Task orders issued as a result of this contract may be set aside for small business. The North American Industry Classification System (NAICS) Code for this project is: 236220 and the size standard is $36.5 million. GSA anticipates issuing the Request for Proposals late June 2015 with receipt of proposals late July 2015. GSA anticipates awarding multiple contracts (one contract per successful offeror) as a result of the solicitation. Contracts will be for one (1) base year with options for four (4) additional years. Total contract length with base and all options exercised is five (5) years. Contractors will be expected to compete for traditional IDIQ general contractor duties. The type of task order for General Construction, Design Build (DB) or Design-Bid-Build (DBB) will be determined prior to the issuance of each individual order placed under the base contract. Offerors receiving an award as a result of this solicitation will be eligible, but not required, to place offers on all task orders issued under this contract. GSA/PBS Regional offices bordering Region 6 will be eligible to use this contract for requirements in their region. Offerors receiving an award as a result of this solicitation will be eligible, but not required, to place offers on task order solicitations issued by another GSA/PBS Regional office, under this contract. The maximum value (total of the base and all option periods) of each contract awarded as a result of this solicitation is $100,000,000. Each contract awarded will contain a guaranteed minimum amount to be identified in the solicitation. A typical task order issued as a result of this contract will be between $150,000 and $3,000,000. This is a competitive negotiated acquisition. Proposals (Technical and Price) will be evaluated by the Government using source selection procedures. The Government intends to use the best value concept in making the selections. The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation which in the Government's estimation provides the greatest overall benefit in response to the requirement. Only one proposal may be submitted by each offeror. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make an award without discussions. Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Two proposal packages will be considered: a technical evaluation package and price proposal. The evaluation factors that comprise the technical proposal package are, in descending order of importance: (1) Specialized Project Experience and Past Performance, (2) Management and Technical Approach, (3) Key Personnel and Staffing, (4) Project Location, (5) Socioeconomic Status. The technical factors are significantly more important than price. As proposals become more equal in the technical merits, price becomes more important. The procurement will include a wide range of construction projects over the period of performance utilizing the DB or DBB task order contract approach. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not limited to lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Interested parties must be capable of providing the services associated with the aforementioned competencies. The Contractor's principal tasks may include, but are not limited to: renovation and conversion of the building in accordance with the specifications, administration of the construction contract and all subcontracts, field verification and site investigations, required testing, reviewing designs, preparing cost estimates, reviewing cost estimates, providing schedules, reporting on progress, resolving problems, conducting value engineering or alternate means and methods recommendations, performing constructability reviews, submittals, coordination of all documents and requirements, promptly reporting to the Contracting Officer any ambiguities or discrepancies found in the project requirements or documents, coordination of all activities, coordination of all meetings, construction, administration and execution of quality control plan, commissioning, performing administrative collection of sustainable design and construction-related materials and processes, construction waste recycling receipts, compliance with applicable building codes and regulations, critical path method (CPM) scheduling, maintenance of construction records including daily logs and monthly reports, monitoring of construction costs, managing turnover of completed projects to designated facility management staff, performing administrative collection of sustainable design and construction-related materials and processes, construction waste recycling receipts, and other required supplemental services as requested by GSA. The contractor shall have a full understanding of the project, its contract documents, and the principles of Federal construction and contract administration, and other services as defined in the Contract Documents. The DB requirements of the project can include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering or alternate means and methods recommendations, identification of any problems or errors in the design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. Task orders may require Pre-Construction Phase Services and shall include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering or alternate means and methods recommendations, identification of any problems or errors in the design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. Federal Business Opportunities (FedBizOpps) and the System for Award Management (SAM) are available for use by all Federal agencies. You must be registered with SAM before registering with FedBizOpps. No federal material can be downloaded until you have registered under both sites. The solicitation will be available through the Federal Business Opportunities website (FedBizOpps.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. You may access FedBizOpps via the following address: www.fedbizopps.gov. You will then be required to register as a vendor by selecting the "register now" hyperlink. At a minimum all vendors must supply the following information: Your Company DUNS Number (contact Dun & Bradstreet at 1-866-705-5711 for a free DUNS Number if you do not have one), Your Company Information and Personal Information. It is the vendor's responsibility to monitor FedBizOpps for any changes and/or conditions. Online Representations and Certification is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy of Representations and Certifications with each offer. Please enter and maintain your representation and certification information in SAM via the internet at https://www.sam.gov. The Contracting Officer for this procurement is Christopher L. Cox, 816-926-7894, christopher.cox@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1aa64572d01e8bbe1ccd422da216b845)
- Place of Performance
- Address: Region 6: States of Iowa, Kansas, Missouri, and Nebraska, United States
- Record
- SN03731276-W 20150516/150514235136-1aa64572d01e8bbe1ccd422da216b845 (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 |