SOLICITATION NOTICE
Z -- IDIQ CONTRACT FOR CONSTRUCTION, REPAIR & ALTERATIONS IN THE STATES OF MI, MN & WI
- Notice Date
- 10/2/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
- ZIP Code
- 00000
- Solicitation Number
- 47PF0019R0001
- Point of Contact
- Joseph E Daniero, Phone: 616-456-2695, Malcolm C. Lewis, Phone: 313-317-9613
- E-Mail Address
-
joe.daniero@gsa.gov, malcolm.lewis@gsa.gov
(joe.daniero@gsa.gov, malcolm.lewis@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a presolicitation notice for an Indefinite Delivery Indefinite Quantity (IDIQ) Repair & Alterations Services contract for the U.S. General Services Administration (GSA), Public Building Service, Region 5, throughout the states of Michigan, Minnesota, and Wisconsin. This acquisition will result in multiple contract awards divided into various geographical zones within these three states. General Contractors (GC) will be eligible to submit for more than one zone. Services will include, but are not limited to: interior and exterior renovations; office space build-outs; heating, ventilation and air-conditioning, to include controls; electrical; mechanical; plumbing; fire suppression; fire and security systems; communications; site-work; millwork; landscaping; fencing; masonry; concrete; asphalt paving; storm drainage; asbestos and lead abatement; mold and limited soil remediation, and other related work. All work to be performed under the awarded IDIQ contracts will be in accordance with individual task order requirements, including specifications and drawings provided for each project. It is anticipated that multiple contract awards will be made as a result of this procurement. The contract will be for one base year, with four (4), one-year options that may be exercised at the sole discretion of the Government. Once an IDIQ contract is awarded, task orders will be issued for specific projects. The procurement is set-aside for Small Businesses only. The NAICS code for this procurement is 236220 (Commercial and Institutional Building Construction) with a size standard of $36.5 million. It is expected there will be a guaranteed minimum of $2,000 for the base year only. The maximum ordering limitation per contract per year will be $7,500,000.00. A bid bond will not be required with offer submissions, however, a bid bond as well as performance and payment bonding will be required at the task order level when applicable. As such, each offeror may be asked to provide a signed letter from their bonding company which shows the maximum amount the firm can be bonded per project, and the firm's maximum aggregate bonding capability as part of the proposal submission. There is no guarantee for dollar value of work. This is a negotiated procurement; there will not be a public bid opening. Award(s) will be made to responsible GC(s) whose proposal 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 1, 2018. There will be a pre-proposal conference conducted, possibly more than one at various sites, to discuss the preparation of a competitive proposal and to understand the total result desired by the Government. Specific dates and times of preproposal conference(s) will be contained in the solicitation and will require those wishing to attend to RSVP. The due date for receipt of proposals will be stated in the solicitation. There will be an electronic and hard copy submission with which the solicitation will explain in further detail. The solicitation will be available for download through the Federal Business Opportunities (FBO) website (www.fbo.gov). Offerors are responsible for downloading the solicitation and for monitoring FBO for amendments or additional information. All interested contractors must register with FBO in order to view sensitive but unclassified information. All government contractors must be registered in the System for Award Management (SAM) prior to submitting an offer. You may access SAM at the following URL: https://www.sam.gov/portal/public/SAM/. Once you have registered with SAM, you will be required to register with FBO. No federal materials can be downloaded until you have registered under both sites. Any questions regarding this notification should be directed to Joe Daniero, Contracting Officer, at joe.daniero@gsa.gov, and Malcolm Lewis, Contract Specialist, at malcolm.lewis@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8181af2f2adcc11fbd595d2589ff4ae2)
- Place of Performance
- Address: Throughout the States of Michigan, Minnesota and Wisconsin, United States
- Record
- SN05112637-W 20181004/181002230508-8181af2f2adcc11fbd595d2589ff4ae2 (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 |