Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SOLICITATION NOTICE

Z -- R6 Small Business (SB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order (MATOC) Construction Contract - Synopsis

Notice Date
8/29/2023 7:17:09 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R6 KANSAS CITY MO 64108 USA
 
ZIP Code
64108
 
Solicitation Number
47PG1023R1072
 
Response Due
9/13/2023 7:00:00 AM
 
Archive Date
09/28/2023
 
Point of Contact
Kristin Gilliland
 
E-Mail Address
kristin.gilliland@gsa.gov
(kristin.gilliland@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Management Division (AMD), Two Pershing Square, 2300 Main Street, Kansas City, MO 64108-2417.� This is a pre-solicitation notice for Request for Proposals for a Small Business (SB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Construction Contract (MATOC) for the states of Iowa, Kansas, Missouri, and Nebraska (GSA, PBS Region 6). This procurement is set aside for small businesses.� Task orders issued as a result of this contract may be set aside for small business and the following small business concerns: WOSB, SDVOSB, or HUBZone.� The North American Industry Classification System (NAICS) Code for this project is 236220 and the size standard is $45 million. GSA anticipates issuing the Request for Proposals September 15, 2023 with award tentatively on December 1, 2023. GSA anticipates awarding multiple contracts (one contract per successful offeror) as a result of the solicitation.� Contracts will be for one (1) base year with options for four (4) additional years.� Total contract length with base and all options exercised is five (5) years.� Contractors will be expected to compete for traditional IDIQ general contractor duties. The type of task order for General Construction, Design Build (DB), Construction Manager as Constructor (CMc), or Design-Bid-Build (DBB) will be determined prior to the issuance of each individual order placed under the base contract.� Offerors receiving an award as a result of this solicitation will be eligible, but not required, to place offers on all task orders issued under this contract.�� Offerors receiving an award as a result of this solicitation will be eligible, and required, to place offers on 25% task order solicitations issued under this contract. The maximum value (total of the base and all option periods) of each contract awarded as a result of this solicitation is $25,000,000.� Each contract awarded will contain a guaranteed minimum amount to be identified in the solicitation.� Individual task orders will range $2,000.00 to the prospectus threshold (currently $3,613,000.00).� Each individual task order may be funded with BA51, BA54, BA55, BA61, BA64, BA80, or Inflation Reduction Act (IRA) funds. This is a competitive negotiated acquisition.� Proposals (Technical and Price) will be evaluated by the Government using source selection procedures.� The Government intends to use the best value concept in making the selections.� The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation which in the Government�s estimation provides the greatest overall benefit in response to the requirement.� Only one proposal may be submitted by each offeror.� Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal�s acceptability solely on the basis of the initial proposal submitted.� The Government may make an award without discussions.� Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint.�� Two proposal packages will be considered: a technical evaluation package and price proposal.� The evaluation factors that comprise the technical proposal package are, in descending order of importance:� Factor 1: Project Experience Factor 2: Management & Technical Approach Factor 3: Qualifications of Key Personnel� � � � � � � � � � � � � Factor 4: Past Performance � � � � � Factor 5: Subcontractor Relationships Factor 6: Socioeconomic Category � The technical factors are significantly more important than price.� As proposals become more equal in the technical merits, price becomes more important.�� The procurement will include a wide range of construction projects over the period of performance utilizing the DB or DBB task order contract approach. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not limited to lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work.� Interested parties must be capable of providing the services associated with the aforementioned competencies.� The Contractor�s principal tasks may include, but are not limited to: renovation and conversion of the building in accordance with the specifications, administration of the construction contract and all subcontracts, field verification and site investigations, required testing, reviewing designs, preparing cost estimates, reviewing cost estimates, providing schedules, reporting on progress, resolving problems, conducting value engineering or alternate means and methods recommendations, performing constructability reviews, submittals, coordination of all documents and requirements, promptly reporting to the Contracting Officer any ambiguities or discrepancies found in the project requirements or documents, coordination of all activities, coordination of all meetings, construction, administration and execution of quality control plan, commissioning, performing administrative collection of sustainable design and construction-related materials and processes, construction waste recycling� receipts, compliance with applicable building codes and regulations, critical path method (CPM) scheduling, maintenance of construction records including daily logs and monthly reports, monitoring of construction costs, managing turnover of completed projects to designated facility management staff, performing administrative collection of sustainable design and construction-related materials and processes, construction waste recycling� receipts, and other required supplemental services as requested by GSA.� The contractor shall have a full understanding of the project, its contract documents, and the principles of Federal construction and contract administration, and other services as defined in the Contract Documents. The DB requirements of the project can include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering or alternate means and methods recommendations, identification of any problems or errors in the design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. Task orders may require Pre-Construction Phase Services and shall include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering or alternate means and methods recommendations, identification of any problems or errors in the design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. ���� The Government Point of Entry (GPE) for this requirement will be Contracting Opportunities under SAM.gov. You must be registered with SAM. No federal material can be downloaded until you have registered. The solicitation will be available through the System for Award Management website (SAM.gov). SAM is a secure website designed to safeguard Controlled Unclassified Information (CUI) acquisition information.� You may access SAM via the following address: https://sam.gov/.� You will then be required to register as a vendor by selecting the �register now� hyperlink.� At a minimum all vendors must supply the following information: Your Company EUI Number, Your Company Information and Personal Information. It is the vendor's responsibility to monitor SAM for any changes and/or conditions.�� Online Representations and Certification is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy of Representations and Certifications with each offer.� Please enter and maintain your representation and certification information in SAM via the internet at https://www.sam.gov.�� The Contracting Officer for this procurement is Maria R. Doedtman, 816-807-5871, maria.doedtman@gsa.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce856e7e122a4f4681690fdf7cdf4f00/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06810833-F 20230831/230829230102 (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.