Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2020 SAM #6820
SOLICITATION NOTICE

Y -- Regional General Construction with Design Build Capabilities IDIQ MAC

Notice Date
7/30/2020 6:34:57 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R7 FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
47PH0820R0003
 
Response Due
8/13/2020 3:00:00 PM
 
Archive Date
08/28/2020
 
Point of Contact
Shemeka Johnson-Jenkins
 
E-Mail Address
shemeka.johnson-jenkins@gsa.gov
(shemeka.johnson-jenkins@gsa.gov)
 
Description
Pre-Solicitation Notice for new Regional General Construction with Design Build (DB) Capabilities Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs). �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. The General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Management Division (7PQA) Region 7 has a need for general construction contractors with Design Build (DB) capabilities who can immediately respond with an experienced team in multiple geographic locations within GSA Region 7 and potentially throughout the continental United States (CONUS). The goal of this acquisition is to establish general construction IDIQ multiple award contracts to be utilized by GSA PBS Region 7 to fulfill customer requirements. The Primary Contract Area of performance for Region 7 includes Texas, Arkansas, Louisiana, Oklahoma, and New Mexico. On an occasional basis, work may also include locations in a Secondary Contract Area. The Secondary Contract areas consist of the remainder of the continental United States (CONUS). The Government shall endeavor to utilize this contract to the maximum practical extent for services within the primary and secondary area. However, the Government reserves the right to perform, or have performed by others, any services required within the Primary Contract Area, and doing so shall not breach or otherwise violate this contract. The contract performance period for this acquisition will be one base year with four one-year option periods. The five year period for this contract is the maximum allowed by FAR 17.204(e). The maximum ordering limitation (MOL) will be $500M. The total MOL will be available at award to be utilized over five years if all options are exercised. The contractors must be able to perform general construction with design-build services over $20 million per project. The contractors must be able to quickly mobilize to multiple sites within Region 7, and the contractors may be required to work on multiple task orders simultaneously at multiple sites. The services to be provided from this acquisition will include general construction services which consist of interior and exterior building construction, and repair and alterations, including but not limited to architectural, structural, mechanical, plumbing, electrical, fire safety, elevator, landscaping, site work, exterior renovations, hazardous material abatement, and demolition services. Also included is, but not limited to, earthwork, pavement repair, and other miscellaneous civil work. Projects will be located in a variety of contexts, from remote rural sites to highly urbanized sites and could range from $3,000,000 up to the yearly MOL of $100 million in estimated construction costs. Additionally, any unused portion of the MOL will �roll over� from year to year, until the maximum ordering limit of $500 million over a five year period is expended. The source selection process for this solicitation will neither be based on the Lowest Price Technically Acceptable (LPTA) nor Tradeoffs. Within the best value continuum, FAR 15.101 defines best value as using any one or a combination of source selection approaches. For the base IDIQ contracts, the Highest Technically Rated Offerors with a Fair and Reasonable Price will determine the best value basis for contract awards. GSA will issue no more than ten IDIQ contracts. This procurement will not involve tradeoff. The Highest Technically Rated, Fair and Reasonable Price approach will best achieve the objective of awarding IDIQ contracts to offerors with the general construction/DB expertise most important to GSA PBS Region 7 and its customer agencies. A hypothetical construction project will be provided as a part of the solicitation and offerors will be required to prepare a price proposal for the project. The government�s evaluation of price will be detailed and meaningful. Price is a significant evaluation factor; if an offeror is identified as a highest rated offeror but the offeror�s proposed price, or final proposed price if negotiations are held, is found to not be fair and reasonable, that offeror will be rejected and not considered for award. Prices proposed for the hypothetical project will be evaluated using price analysis to determine if they are fair and reasonable. The government reserves the right to perform a price realism analysis if determined to be in the best interest of the government, however, the government is not required to conduct price realism. The government intends to award contracts without discussions; however, the government reserves the right to conduct discussions if determined to be in the best interest of the government. Initial proposals must contain the best offer. The government may conduct clarifications, as described in FAR 15.306(a). This procurement is a full-and-open procurement that will be open to both large and small business firms. The firm (if not a small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR Part 19.7, as part of its proposal. The Request for Qualifications (RFQs) will be issued electronically on or about August 14, 2020, at�http://www.betasam.gov.��A virtual pre-proposal meeting is tentatively scheduled on or about August 21, 2020. After the RFQ has been issued, prospective attendees are encouraged to register their company with the GSA contract specialist via e-mail at�shemeka.johnson-jenkins@gsa.gov.��The registration (information) submitted to the Contract Specialist should include the firm's name, address and phone number as well as those who will be attending the meeting.��This meeting is intended to review the scope of the project and the submittal requirements.� The North American Industry Classification System (NAICS) Code is 236220.��All firms and prime contractors doing business with the Federal Government shall be registered in the System for Award Management (SAM) database at�www.betasam.gov�prior to award of a contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e5de0f74c0784d15b2919f4be404667b/view)
 
Record
SN05740015-F 20200801/200730230150 (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 |
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.