SOURCES SOUGHT
Y -- New Maryland Indefinite Delivery/Indefinite Quantity Multiple Award Contract for Construction Services
- Notice Date
- 7/14/2020 1:15:07 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R3 PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- GS-03-P-20-DX-D-MD_CONST_IDIQ
- Response Due
- 7/28/2020 11:00:00 AM
- Archive Date
- 08/12/2020
- Point of Contact
- Jacqueline M. De Simone, Phone: 2154464519, Sophie Chen, Phone: 2159648396
- E-Mail Address
-
jacqueline.desimone@gsa.gov, sophie.chen@gsa.gov
(jacqueline.desimone@gsa.gov, sophie.chen@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- New Maryland Indefinite Delivery/Indefinite Quantity Multiple Award Contract for Construction Services Description(s): This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are enough adequate Small Business contractors for the following proposed procurement. The General Services Administration (GSA), Region 03, 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, including Montgomery and Prince George Counties along with Washington County located in the District of Columbia (DC). 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 the simplified acquisition threshold, $250,000, to the prospectus threshold, $3.095 million. The term of the ID/IQ contracts will be a one (1) year base with four (4) one-year options. The contracts will include pre-negotiated line item pricing through the Express Menu approach. Primary Points of Contact:� Jackie De Simone, Contracting Officer, jacqueline.desimone@gsa.gov Sophie Chen, Contract Specialist, sophie.chen@gsa.gov 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 no more than 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 proposed 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 is 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, $250,000, to the prospectus threshold, $3.095 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. For the base IDIQ contract price evaluation, the Government is considering using the �Express Menu� approach. In this approach, offeror's would propose coefficients for each line item associated with the RSMeans Facilities Construction Data Set.� After contract award, the Government anticipates using this pricing approach for task orders estimated to be under $500,000.00. The Government anticipates that task orders estimated to be $500,000.00 or more would be priced on a lump sum basis. The Express Menu pricing would be updated annually when Options are exercised. Interested firms are invited to provide feedback on this approach. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors should submit their capability statements, which should include size/classification of your firm, details of similar projects, completion dates, references, and contract amount. Narratives shall be no longer than THREE (3) pages. Responses should be submitted electronically via e-mail to Sophie Chen at sophie.chen@gsa.gov and Jacqueline De Simone at jacqueline.desimone@gsa.gov on or before July 28, 2020 at 2:00 PM, Eastern Time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ba7bfa27505b4d99bbe1c6d9fdb65c66/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN05721098-F 20200716/200714230202 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |