Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2018 FBO #5938
MODIFICATION

Z -- Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract Vehicle for Repair & Alterations Construction Services

Notice Date
2/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division South (47PD02), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
GS-03-P-17-AZ-D-0001
 
Point of Contact
John C. Hofmann, Phone: 215-446-5824
 
E-Mail Address
johnc.hofmann@gsa.gov
(johnc.hofmann@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Multiple Award IDIQ Term Contract for Repair & Alteration Construction Services in multiple counties in Pennsylvania as well as Ohio County, West Virginia, and Mahoning County, Ohio. Maximum Order Limitation (MOL): $25,000,000.00 The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity (IDIQ) multiple award term contract for repair and alteration construction services generally within the range of the Simplified Acquisition Threshold (SAT) (currently $250,000.00) to the Prospectus Threshold (currently $3,095,000.00). 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. Performance Location: The geographic scope will include the following counties in Pennsylvania, West Virginia, and Ohio: • Pennsylvania : Adams, Allegheny, Armstrong, Bedford, Beaver, Berks, Blair, Bradford, Butler, Cambria, Cameron, Carbon, Centre, Clarion, Clearfield, Clinton, Columbia, Crawford, Cumberland, Dauphin, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon, Indiana, Jefferson, Juniata, Lackawanna, Lancaster, Lawrence, Lebanon, Lehigh, Luzerne, Lycoming, McKean, Mercer, Mifflin, Monroe, Montour, Northampton, Northumberland, Perry, Pike, Potter, Schuylkill, Snyder, Somerset, Sullivan, Susquehanna, Tioga, Union, Venango, Warren, Washington, Wayne, Westmoreland, Wyoming, and York counties • West Virginia : Ohio County • Ohio : Mahoning County General Description of Scope of Services: This contract is to provide repair and alteration construction services. The NAICS code for this procurement is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $36.5 million. The services contemplated by the new contract vehicle are as follows: 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. The MOL shall be $25,000,000.00 aggregated for all task orders for the entire term of the contract. The $25,000,000.00 MOL will not be separated equally per awardee. Each contractor on the IDIQ will be able to bid on any task order, regardless of how much work has been completed previously by the contractor on the IDIQ. The minimum guarantee for this contract is $2,500.00 per contractor for the base year. There is no guaranteed minimum for any option years. This contract will be solicited as a one (1) year base contract with four (4) one (1) year option periods, for a total potential contract period of five (5) years. This contract vehicle will be utilized by the Government for work on Government owned and leased facilities located throughout the multiple Pennsylvania counties enumerated above as well as Ohio County, West Virginia, and Mahoning County, Ohio. The government's intent is to award to approximately three (3) to five (5) offerors who submit proposals which will provide the best value to the government in terms of technical qualifications and price. A seed project for the Social Security Administration (SSA) Wilkes-Barre DOC PDU Replacement located at 1150 East Mountain Drive, Wilkes Barre, Pennsylvania, 18702, will be part of this solicitation. Each proposal must include a pricing proposal for this project based upon a Scope of Work that will be included in the solicitation. The Government intends to make award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. This procurement will be a total small business set-aside. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction). The annual small business size standard is $36.5 million. Offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen in accordance with the Federal Acquisition Regulations and source selection procedures using the Best Value tradeoff process. For this contract technical factors, when combined, are significantly more important than price. A solicitation will be issued requesting offerors to submit in writing both a technical and a price proposal by the offer due date and time. Responsive offers will be evaluated on technical capability and price. The award will be made to the firms that represent the best value to the government. In accordance with FAR 15.404, price analysis will be used to determine price reasonableness and the offeror's understanding of the work requirements (e.g. unreasonably high prices, as compared to other offers received and the Government Estimate, may indicate the offeror does not comprehend the requirements of the RFP) and the ability to perform the contract. The complete solicitation package will only be available electronically on the FedBizOpps website (www.fbo.gov) on or around March 23, 2018. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential Offerors must register on the FedBizOpps website to have access to solicitation material. Firms must also be registered with System for Award Management (www.sam.gov). For additional information, visit the FedBizOpps website, www.fbo.gov or the SAM website, www.sam.gov. All questions must be submitted in writing by email to the attention of John C. Hofmann (johnc.hofmann@gsa.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03-P-17-AZ-D-0001/listing.html)
 
Record
SN04833175-W 20180225/180223231515-e3b2aae7e6c3608e4528d5a018da1ea5 (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.