Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

Z -- Charleston East Repair and Alteration Single Award IDIQ

Notice Date
5/25/2023 11:59:00 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV NORTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0123R0023
 
Response Due
6/14/2023 11:00:00 AM
 
Archive Date
08/01/2023
 
Point of Contact
George Garcia, Phone: 2153131692, Patrick Spellman, Phone: 2156061755
 
E-Mail Address
George.garcia@gsa.gov, patrick.spellman@gsa.gov
(George.garcia@gsa.gov, patrick.spellman@gsa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
May 25, 2023 - Amendment 0001 issued (Please see attachments.)� The Solicitation and Contract This Indefinite Delivery Indefinite Quantity (IDIQ) Single-Award Term Contract is to provide general construction services throughout eastern West Virginia for the Charleston Field Office. The Government intends to award one (1) single contract under this solicitation in accordance with FAR 19.5. This procurement will be a total small business set-aside for 8(a) small-business. The applicable NAICS code is 236220 (Commercial and Institutional Building Construction. The annual small business size standard is $45 million.� The individual orders to be placed under the contracts will range in value from $2,000 to Simplified Acquisition Threshold of $250,000 as defined in FAR 2.101. However, individual orders may be placed outside of this range at the discretion of the Contracting Officer. The contract duration will be one (1) base year with four (4) one-year options with the possibility of an extension of performance up to an additional six (6) months, in accordance with FAR 52.217-8. The anticipated aggregate Maximum Ordering Limit (MOL) for this contract vehicle is $5,000,000.00. There is no annual MOL. An IDIQ is a type of contract that provides for an indefinite quantity of supplies or services during a fixed period. The selected Single Award IDIQ General Contractor (GC) shall supervise, administer, perform, and contract all construction activities required to complete construction projects within eastern West Virginia. Construction activities for the anticipated solicitation include but are not limited to commercial office construction and/or renovations / repairs, MEP (Mechanical / Electrical), repairs / modifications / replacement, fire sprinkler systems repairs / modification/replacement, sitework, exterior construction repair and alterations (including facades and roofs), demolition (including abatement of hazardous materials), elevator modernizations and any other construction activities the government may require. The GC may be required to utilize the following delivery methods to deliver projects for the GSA; 1. Design/Bid/Build (DBB) Traditional 2. Design/Build (D/B) The geographic area of work to be completed under this contract includes the following counties of West Virginia: Raleigh, Mercer, Fayette, Nicholas, Randolph, Harrison, West Virginia, and Berkeley Counties and Ohio County in West Virginia. However, individual orders may be placed outside of this geographic area at the discretion of the Contracting Officer. The contract will include by reference the most current version of the Facilities Construction Costs Book with RSMeans Data (referenced hereafter as �RSMeans Book�). The Government intends to utilize the RS Means Line Items in connection with the awardee RS means Locality. Coefficient (referenced hereafter as �Locality Bid Factor�) to award future task orders. The Bid Factor shall apply to the entirety of the RSMeans Line Items. Attached by reference is �Charleston West Line Items� which will be included and part of the contract at award. This list is provided for reference only. Following contract award, GSA intends to have the awardee price these line items using their accepted RSMeans bid coefficient.�� This Solicitation is set-aside for 8(a) Small Businesses, in accordance with FAR 19. This Solicitation sets forth requirements for proposals for a Contract to construct the Project described in the attached Agreement. Proposals conforming to the Solicitation requirements will be evaluated in accordance with the Method of Award set forth herein. The Government will award the Contract to the selected Offeror, subject to the conditions set forth herein. The government intends to award one (1) contract to the selected firm whose offer is considered to be the best value to the Government considering price and other non-price factors. This Solicitation sets forth requirements for proposals for a Contract described in the attached Agreement. Proposals conforming to the Solicitation requirements will be evaluated in accordance with the Method of Award set forth herein. The Government will award a Contract to the selected Offeror, subject to the conditions set forth herein. Task Order Pricing - For individual task orders, the government intends to utilize RSMeans Line Item pricing for all task orders. However, the Government may utilize either RSMeans Line Item pricing or Lump Sum Proposals at the discretion of the Contracting Officer. Instructions shall be provided to the awardee in all Requests for Proposal (at the task order level). The two award methods [RSMeans Line Items and Lump Sum Competitive Proposals] shall not be used simultaneously on any future task order. The solicitation at the task order level will clearly define which method will be utilized. The Bid Factor(s) is the maximum coefficient (i.e. multiplying factor) that the selected awardee may apply on future task orders. However, an offeror may elect to provide a discount at the task order level for a competitive advantage. When using the Bid Factor no other markups may be applied. The Bid Factor shall be utilized through the base period and all option periods (i.e. the potential total five-year Indefinite Delivery Indefinite Quantity (IDIQ) Contract). The Offeror's proposal submitted in response to this Solicitation shall constitute a firm offer. No contract shall be formed unless and until the Contracting Officer has countersigned the SF-1442 submitted by an Offeror, and delivered to the Contractor a copy of the SF-1442 with original signatures together with the Agreement reflecting the Offeror's proposed prices.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ac5040f6a2d43a888c2ad1630184cee/view)
 
Place of Performance
Address: Charleston, WV, USA
Country: USA
 
Record
SN06694569-F 20230527/230525230112 (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  © 1994-2020, Loren Data Corp.