Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2016 FBO #5459
SOLICITATION NOTICE

Z -- Construction Contract(s) for Indefinite Delivery / Indefinite Quantity (IDIQ) Construction Repair and Alterations Project(s)

Notice Date
11/1/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Southern Illinois / Indiana Contracting Team (5P2PQCB), Please refer to the synopsis / Solicitation documents for address information., United States
 
ZIP Code
00000
 
Solicitation Number
GS-05P-17-SC-D-0001
 
Point of Contact
Katie M Musselman, Phone: (312) 520-8939, Joe Loersch, Phone: (321) 886-0895
 
E-Mail Address
katie.musselman@gsa.gov, joseph.loersch@gsa.gov
(katie.musselman@gsa.gov, joseph.loersch@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. General Services Administration announces the solicitation for General Construction Contractor(s) (General Contractor or GC) Indefinite Delivery, Indefinite Quantity (IDIQ) contract(s) for repair and alteration projects throughout Indiana and Illinois (excluding Cook and Winnebago Counties). This acquisition will result in multiple contract awards divided into three (3) zones: Zone 1 - Illinois (excluding Cook and Winnebago Counties), Zone 2 - Northern Indiana (North of I-70, including Indianapolis) and Zone 3 - Southern Indiana (South of I-70, excluding Indianapolis). General Contractor's will be eligible to submit for more than one zone. The purpose of these contract(s) is to establish terms and conditions upon which GC's can provide efficient and effective repairs and alterations work on Government owned and leased buildings. Contractor's, under task orders issued by the Contracting Officer and Designated Ordering Officials, will complete projects that include general carpentry, electrical, HVAC, plumbing, fire protection, etc. The duration of the base contract will be one year. The minimum guarantee for the base contract year only is $2,000. All contracts will include a clause for four (4) options, each of which could extend the contract for an additional year and may be exercised at the discretion of the Government. The maximum order limitation is $1,000,000 per contract for each one year period. The North American Industrial Classification Code (NAICS) is 236220, Commercial and Institutional Building Construction, with a size standard of $36.5 million. This procurement is set aside for all small business concerns. This is a negotiated procurement; there will not be a public bid opening. Award(s) will be made to responsible GC(s) whose proposals conforms to the solicitation requirements and could provide the best value to the Government, considering technical factors and line item prices. For this procurement, the technical factors, when combined, will be significantly more important than price. The technical factors will include: (1) Experience as a General Contractor on Repair and Alteration Projects; (2) Project Management Plan; (3) Staffing Plan and Qualifications of Key Personnel; and (4) Past Performance as a General Contractor on Repair and Alteration Projects. The Government reserves the right to make award on initial offers, but discussions may be held if necessary. The solicitation will be available on or about November 15, 2016. Multiple pre-proposal conferences at various sites are anticipated to provide maximum opportunity for participation based on availability; notification to the Contracting Officer of proposed attendance will be required. The Government considers attendance at, at least one of these conferences vital to the preparation of a competitive proposal and to understanding the total result desired by the Government. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps (FBO). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. FedBizOpps is fully integrated with other electronic Government initiatives, including the System for Award Management (SAM) (www.sam.gov) database. Registration in both SAM and FedBizOpps websites is required in order to download solicitation documents and is used to validate vendor identity. Contractors not registering in these systems will be ineligible to download the solicitation and ineligible for an award. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals will be on or about December 20, 2016. Please provide only the information requested; supplemental information will not be evaluated. Submission requirements will include three (3) hard copies and two (2) CD's (that include PDF copies of all of the required documents), along with one single-sided cover letter indicating the zoning preference. All offers are to be submitted to: General Services Administration Attn: Katie Musselman, Contracting Officer 8899 East 56th Street, Column 123B Indianapolis, IN 46249 Any questions regarding this notification should be directed to the Contracting Officer whose name appears herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/38217320e0db6141c7fa8c92428d5879)
 
Place of Performance
Address: Zone 1 – Illinois (excluding Cook and Winnebago Counties), Zone 2 – Northern Indiana (North of I-70, including Indianapolis), Zone 3 – Southern Indiana (South of I-70, excluding Indianapolis), United States
 
Record
SN04317473-W 20161103/161101234427-38217320e0db6141c7fa8c92428d5879 (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.