SOLICITATION NOTICE
Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for General Construction Services for Northern Virginia Federal and Leased Buildings
- Notice Date
- 5/3/2021 9:50:52 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R3 RICHMOND FIELD OFFICE RICHMOND VA 23219 USA
- ZIP Code
- 23219
- Solicitation Number
- NWM0001
- Response Due
- 5/24/2021 11:00:00 AM
- Archive Date
- 05/25/2021
- Point of Contact
- Niki McFarlin, Phone: 8043187705, Joe Lindsay, Phone: (215) 622-3569
- E-Mail Address
-
niki.mcfarlin@gsa.gov, joseph.lindsay@gsa.gov
(niki.mcfarlin@gsa.gov, joseph.lindsay@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-solicitation Notice Solicitation Number:� 47PD1221R0022 Indefinite Delivery Indefinite Quantity Multiple Award General Construction Term Contract for Government Owned Facilities Located in Alexandria VA, and Various Northern VA Surrounding Counties Leased Facilities� Synopsis: The General Services Administration (�GSA�), Mid-Atlantic Region, intends to solicit proposals for an Indefinite Delivery Indefinite Quantity (�IDIQ�) Multiple Award Contract for general construction, repair and alteration services supporting Government owned facilities in Northern Virginia� The geographic scope will include the following counties of Northern Virginia: Alexandria, Arlington, Fairfax, Loudoun, and Prince William.� 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. The NAICS code for this procurement is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $39.5 million. The individual task orders to be placed under the contract will generally range in the dollar value of $2,000.00 to $250,000.00.�� The scope of the contract will be to provide:� construction services, including, but not limited to:� general office renovation;� interior construction;� exterior construction repair;� replacement and alteration work;� wall partition construction; modification and alteration of floor and wall mounted telephone, signal, and power outlets to include the modification of associated conduit;� surface mounted raceway and various under floor duct systems; installation of new and the alteration of existing power panels;� carpet and carpet tile replacement;� painting;� HVAC duct work modification;� door, door frame, and door set hardware installation;� installation of various wall coverings and draperies; communications cabling;� grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems;� plastering and plaster repair work;� sidewalk repairs/replacement;� asphalt/concrete paving;� ability to provide asbestos assessments and any environmental remediation work such as mold remediation, asbestos abatement, or lead abatement;� alteration services, including, but not limited to:� electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing, cleaning, and sealing;� 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 task order related work; and Some construction projects may include design/build requirements, with design work being incidental to construction services.� When applicable, any design/build requirements will be clearly identified at the task order level.� For these projects, proposals will be evaluated on a task order basis and o?erors may be required to submit additional information pertaining to their ability to successfully perform these projects as required. GSA intends to make no more than four (4) awards as a result of this solicitation, The maximum ordering limitation (MOL) shall be $2,000,000.00 aggregate for all task orders awarded for the entire term of the contract. The minimum guarantee for this contract is $2,500.00 per contractor for the base year. There is no minimum guarantee for any option years.. Historically, the majority of all task order awards issued against the existing IDIQ have ranged from $20,000.00 to $75,000.00.� This procurement will be advertised as a total small business set-aside. In accordance with FAR 19.502-4(1) and Section 1331 of Public Law 111-240 (15 U.S.C. 644(r)), the Contracting Officer has elected to reserve one (1)contract for a HUBZone small business concern, and one for a Woman Owned Small Business (WOSB) concern.� � � � The selection process will be conducted in accordance with FAR Part 15 Best Value tradeoff source selection procedures � Offerors will be evaluated based on technical merit and price proposals. For this procurement, technical factors, when combined, will be significantly more important than price. A solicitation will be issued requesting offerors to submit both a technical and a price proposal. The Government intends to make awards 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 Government intends to conduct price analysis using� the ""RSMeans Bid Coefficient""�approach.� In this approach, offeror's would propose a bid factor to be used in conjunction with RSMeans Facilities Construction Data Set to establish line item pricing at the Task Order level. Price proposals will be evaluated to determine the reasonableness of the offeror's bid factor by comparing it with the Independent Government Estimate (IGE) and with other bid factors received in response to the solicitation.� A price analysis will be performed in accordance with FAR Part 15.404-1. Price shall be evaluated but will not be assigned a weight. The total evaluated price will be used in the determination of any price-technical tradeoffs. � Interested firms must be registered in the System for Award Management (�SAM�). Firms can register at www.beta.sam.gov. Interested firms are required to submit their representations and certifications on www.beta.sam.gov.. The solicitation is anticipated to be issued on or around�1 June 2021. The solicitation closing date will be approximately 30 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. PLEASE NOTE - Starting on May 24, 2021, www.beta.sam.gov and www.sam.gov will be integrated into one website, www.sam.gov. As of May 24, 2021, all public notices including the solicitation will be available at www.sam.gov.� DISCLAIMER:�The official solicitation package and technical specifications will be located on the official government website, and the Government is not liable for information furnished by any other source.� The solicitation posting located on beta.sam.gov / sam.gov will be updated with the issuance of all amendments� This will 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 website. Offerors will not be reimbursed for proposal submittal expenses. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a2348352ea5a49d19de377f4899ccb42/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05989758-F 20210505/210503230115 (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 |