SOURCES SOUGHT
Z -- Region 6 FY25 JOCC IDIQ
- Notice Date
- 5/22/2024 8:47:57 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R6 CAPITAL CONSTRUCTION AND IDV BRANCH Kansas City MO 64108 USA
- ZIP Code
- 64108
- Solicitation Number
- 47PG1024R0002
- Response Due
- 6/20/2024 6:00:00 AM
- Archive Date
- 08/20/2024
- Point of Contact
- Kristin Gilliland, Mike Flanigan
- E-Mail Address
-
Kristin.Gilliland@gsa.gov, michael.flanigan@gsa.gov
(Kristin.Gilliland@gsa.gov, michael.flanigan@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Region 6 Single Award Indefinite Delivery Indefinite Quantity Job Order Construction Contract� Contracting Office Address: General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Management Division, Capital Construction and IDV Branch, 2300 Main Street, Kansas City, MO 64108. GSA, PBS, Region 6 encompasses the four (4) states of Kansas, Missouri, Iowa, and Nebraska.� Description: THIS NOTICE IS ISSUED AS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATIONAL PURPOSES ONLY. This notice does not constitute a Request for Proposal, nor does it represent any commitment by the Government. It is a market survey for information only. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist. The Government is seeking a job order contract for construction projects under $250,000. Projects will consist of alteration or repair of Government owned or leased space. The contract will utilize the RS Means Facilities Construction Cost with RSMeans Data Book to establish line item pricing. Once solicited, contractors will be asked to submit a bid factor to apply to all line items awarded on future task/delivery orders. The North American Industrial Classification System (NAICS) code for this potential procurement is 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $45 million.� GSA is only seeking responses from interested firms that qualify as a U.S. Small Business Administration (SBA) Certified HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB), Women Owned Small Business (WOSB), or Small Business (SB). Interested firms must possess the relevant experience, personnel, and capability to perform the services outlined in this announcement. Contractors must be an approved SBA firm at the time and date for receipt of proposals to be considered as a HUBZone small business concern. For more information on the definition or requirements refer to http://www.sba.gov/. GSA anticipates awarding one contract in each geographic area:�� Kansas City North Field Office - Kansas City, Missouri Kansas City South Field Office - Kansas City, Missouri Kansas Field Office - The State of Kansas St. Louis East Field Office - St. Louis, Missouri St. Louis West Field Office - St. Louis, Missouri Iowa Field Office - The State of Iowa� Nebraska Field Office - The State of Nebraska Each contract will contain a guaranteed minimum amount for the base period to be identified in the solicitation. A single task order award could range from $2,000 to $250,000. The total estimated contract value over the five (5) year contract period is $5,000,000.00 per area with approximately 50% of the projects between $2,000 to $25,000, 40% of the projects between $25,000 to $50,000, and 10% between $50,000 to $250,000.00. Vendors obtaining an award will be expected to complete traditional IDIQ general contractor duties.� Insurance Firms will be expected to provide and maintain, during the entire performance of the contract, the minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.307-2, are: Workers Compensation and Employer�s Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance is required if the project includes the removal, transport, or disposal of hazardous materials. Bonding Requirements Interested firms will need to display the ability to obtain at least $5,000,000 of aggregate bonding capacity at the solicitation phase of this procurement.���� Type of Work Under the contract: 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 be 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 shall be capable of providing the services associated with the aforementioned competencies. Type of Contract: Multiple year, single contract award, indefinite delivery indefinite quantity equivalent (IDIQ equivalent � the timing and number of orders to be issued are unknown) type of contract, where the price for the individual work items is pre-established at the time of initial contract award using a single bid factor that is applied to all line items under the contract. Commonly referred to as a Job Order / Term Contract. System for Award Management Registration (www.sam.gov) All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration in the SAM database is www.sam.gov. All contractors interested in obtaining a copy of the anticipated future solicitation must be registered in the SAM database at www.sam.gov.� Response to Sources Sought Interested sources are invited to identify their interest and preliminary capability by responding to this announcement in writing no later than June 20, 2024 at 8:00 A.M. Central Time. Total submission shall only include the required documents included in the attached Market Research Questionnaire and Experience form.�� Submit information to: Kristin Gilliland at kristin.gilliland@gsa.gov and Michael Flanigan at michael.flanigan@gsa.gov. Subject line of the email shall appear as: GSA R6 IDIQ JOCC � Sources Sought Response�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d37e8eda4fe0408bbf05720b6f9e8826/view)
- Place of Performance
- Address: Kansas City, MO, USA
- Country: USA
- Country: USA
- Record
- SN07074154-F 20240524/240522230052 (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 |