Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2018 FBO #6079
SOLICITATION NOTICE

Z -- Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, with Design-Build and incidental Abatement for GSA/PBS Region 7 - Solicitation

Notice Date
7/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management Program Support Branch (47PH08), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
47PH0818R0004
 
Archive Date
8/28/2018
 
Point of Contact
Lee Ann White, , Carolina D. McGillick,
 
E-Mail Address
leeann.white@gsa.gov, carolina.mcgillick@gsa.gov
(leeann.white@gsa.gov, carolina.mcgillick@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Form GSA527 Form C301 Form 1442 West Okla Zone WDs Dallas Zone WDs Hypothetical Project B drawings Hypothetical Project B SOW Hypothetical Project A drawings Hypothetical Project A SOW Subcontractor Consent Template West Okla Zone Questionnaire Dallas Zone Questionnaire Project Proposal Format Pricing Proposal Form Solicitation Response Form Courthouse Carpet Policy Zonal Map West Okla Zone Agreement Dallas Zone Agreement GSA Region 7 Field Offices Zonal IDIQ SOW Zonal Solicitation Description: This constitutes a Request for Proposal (RFP), for a new indefinite delivery indefinite quantity (IDIQ) multiple award contract for construction, repair, and alteration, with design-build and incidental abatement services. The General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region 7, Acquisition Management Division is the office soliciting and will administer the resulting contracts. In accordance with FAR 52.219-6, this procurement is set aside exclusively for Small Business concerns. Performance Location: Counties and parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7). General Description of Scope of Services: This contract is to provide general construction, repair, and alteration, with design-build and incidental abatement services. The NAICS code for this procurement is 236220 with a size standard of $36.5 million. This will be a firm fixed price multiple award contract. This PBS Region has been organized into thirteen geographic zones. Awards will be staggered by zone, potentially two zones at a time. All work to be acquired under the contracts will be accomplished by the issuance of individual task orders. The individual task orders to be placed under the contracts will range in dollar value from approximately $2,000 to $3,500,000; however, project values will NOT be equally spread over this range. The Maximum Order Limitation (MOL) for a contract which is primary in only the Small Projects Pool shall be $1,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. The Maximum Order Limitation (MOL) for a contract which is primary in only the Large Projects Pool shall be $4,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. A contract which is primary in both project pools will have a MOL of $5,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. These contract vehicles may be used by both GSA Regional and Field Office personnel. These contracts will be solicited as one (1) year contracts, with four (4) separate one (1) year option periods, for a total potential contract period not to exceed five (5) years. Facilities covered under the scope of this contract include Government owned and leased facilities in counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. Services will be required under these contracts on an as-needed basis up to a single task order limit of $3,500,000. Task orders will be prepared based on defined scopes of work for specific projects and issued as firm-fixed price tasks orders. The base IDIQ contracts will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm-fixed price award to the offerors who provide the best value to the Government. Offerors will be evaluated based on technical merit and price proposals. For this procurement, technical evaluation factors, when combined, are significantly more important than total evaluated price. The trade-off process under the best value approach will be used. The technical evaluation factors in descending order of importance are: 1. Past Performance and 2. Hypothetical Projects. The Government's intent is to award up to six (6) IDIQ contracts per zone, to offerors who submit a proposal which will provide the best value to the Government in terms of technical qualifications and price; however, the Government reserves the right to award more or fewer contracts per zone as determined to be necessary. 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. The solicitation package (offer forms, attachments, clauses, and provisions) is available only electronically on fbo.gov. Potential offerors are responsible for downloading the solicitation and attachments, and for monitoring the website for possible amendments and/or additional information. A pre-proposal conference will be conducted at the date and time identified in the solicitation package. All information, amendments, and questions concerning this solicitation will be electronically posted on http://www.fbo.gov. In order to participate in this procurement, offerors MUST be registered in the System for Award Management (SAM). There is no fee to register for this site. Interested firms are required to submit their annual representations and certifications through the SAM website. User guides and webinars are available under the Help tab. The website for SAM is http://www.sam.gov. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. The solicitation and associated information will be available from the fbo.gov website mentioned above. **No telephone requests or questions will be accepted.** This solicitation is not a sealed bid procurement and there will not be a formal public bid opening. All inquiries must be in writing. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. All questions must be submitted in writing by email to the attention of Lee Ann White (email: leeann.white@gsa.gov and Carolina McGillick, carolina.mcgillick@gsa.gov. NO CAPABILITY STATEMENTS, RESUMES, INTRODUCTORY EMAILS, OR SIMILAR CORRESPONDENCE SHOULD BE SUBMITTED. DISCLAIMER: The official solicitation package is located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/47PH0818R0004/listing.html)
 
Place of Performance
Address: Counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas, United States
 
Record
SN04992245-W 20180716/180714230031-1dec09712457d8124dba9fa4877067b2 (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.