Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2018 FBO #5893
MODIFICATION

Z -- Maryland Indefinite Delivery/Indefinite Quantity Multiple Award Contract for Construction Services with Design-Build Capabilities

Notice Date
1/9/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division (47PD00), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
47PD0218R0002
 
Point of Contact
Maribeth Bonner, Phone: 215-446-5846, Jacqueline M. De Simone, Phone: 215-446-4519
 
E-Mail Address
maribeth.bonner@gsa.gov, jacqueline.desimone@gsa.gov
(maribeth.bonner@gsa.gov, jacqueline.desimone@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA), Region 3, has identified a need for a Multiple Award, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract vehicle for the provision of repair and alteration construction services to all locations, owned and leased, within the jurisdiction including, but not limited to, the State of Maryland, and including Jefferson and Berkeley Counties in West Virginia. The award of multiple ID/IQ contracts is anticipated. Ordering officials will solicit and award task orders for specific projects on a competitive basis among the ID/IQ awardees. The estimated values of all projects/task orders will range from above the simplified acquisition threshold to the prospectus limit. The term of the ID/IQ contracts will be a one (1) year base with four (4) one-year options. The contracts will not include pre-negotiated line item pricing. Each project/task order will be competed among the ID/IQ contract awardees using criteria established by the ordering office (price alone or a combination of price and technical factors). This contract vehicle may be utilized by both Regional and Field Office personnel. No fewer than three (3) and not to exceed six (6) contracts are anticipated to be awarded as a result of this procurement. However, the Government reserves the right to award a number of contracts outside of this anticipated range. The scope of this procurement includes the provision of the following services: 1) construction services, including, but not limited to: general office renovation; interior construction; exterior construction repair; general repair and alteration work; installation of new and the alteration of existing power panels; carpet and carpet tile replacement; painting; HVAC duct work modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving; 2) alteration services, including, but not limited to: electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing, cleaning, sealing, design-build services; roofing involving installation, repair and alteration, and removal; and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and other related work. Additionally, design work incidental to construction as well as design/build work are included. This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. ID/IQ contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government. Individual projects/task orders will range in value from the simplified acquisition threshold (currently $150,000.00) up to the prospectus limit (currently $2.85 million). Projects/task orders outside of this dollar range may also be competed among the ID/IQ awardees, if it is in the best interest of the government to do so. However, awardees have the option to decline any project/task order award in such case. The NAICS code applicable to this proposed procurement is 236220. All respondents must be certified to work within this NAICS code. The pre-proposal meeting will take place on Tuesday, January 30, 2018 at 10:00 a.m. at the SSA NCC Building, 6401 Security Boulevard, Gwynn Oak, MD 21207. Each prime construction contractor is required to submit a list of attendees to both Maribeth Bonner via e-mail at: maribeth.bonner@gsa.gov and to Jacqueline De Simone via e-mail at: jacqueline.desimone@gsa.gov no later than 1:00 p.m. on Wednesday, January 24, 2018. Please note that the list of attendees must include each individuals first, middle, and last names and the company they are representing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30dec7d5621075f03c25227628dc1918)
 
Place of Performance
Address: Entire State of Maryland and including, also, Jefferson and Berkeley Counties in West Virginia., United States
 
Record
SN04785029-W 20180111/180109231307-30dec7d5621075f03c25227628dc1918 (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.