SOLICITATION NOTICE
Y -- Construction Management Services IDIQ On-Ramp
- Notice Date
- 6/10/2024 9:39:13 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- AOCACB240106
- Response Due
- 7/10/2024 1:00:00 PM
- Archive Date
- 07/25/2024
- Point of Contact
- Darwin Thomas, Phone: 2022277234
- E-Mail Address
-
darwin.thomas@aoc.gov
(darwin.thomas@aoc.gov)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- The Architect of the Capitol (AOC) anticipates issuing a Request for Proposal (RFP) for construction management services to on-ramp to an existing Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).� This contract is in support of facilities management for the Capitol Complex to include House Office Buildings, Senate House Office Buildings, United States Capitol Building, Library of Congress, Supreme Court of the United States, Thurgood Marshall Judiciary Building, US Botanic Gardens, the Capitol Power Plant, Library of Congress facilities at Fort Meade, Maryland and the AOC Blue Plains Complex located in S.E Washington, D.C.� These services have allowed smooth delivery of critical design and construction projects.� This need still exists for successful implementation of support services for the Capitol Complex.� Jurisdictions have expressed interest and the need for continued CMS capabilities in the future.� The IDIQ is a valuable and expedient procurement vehicle for delivery of the necessary construction management needs. The selection of a Construction Manager and individual Firm-Fixed-Price task orders allows for faster delivery of the necessary personnel, material, equipment for project management and quality control services for AOC projects. Details on the required services will be provided in individual Task Orders (TO).� Detailed information on required qualifications and past experience will be contained in the solicitation documents. Potential offerors are welcome to submit capabilities statements and/or marketing materials to Mr. Darwin Thomas at Email: Darwin.thomas@aoc.gov not later than the issuance of the solicitation. The On Ramp will be conducted as a full and open competition.� For the Unrestricted competition track, the Government seeks to award approximately one (1) IDIQ contract. For the small business Set-aside competition track, the Government seeks to award approximately one (1) IDIQ contract. However, the Government reserves the right to award more or fewer contracts in each of the competition pools described above, if the Source Selection Authority determines it is in the Government�s best interests. The Government also reserves the right not to award any contracts within each competition pool, depending on the quality of the proposals and prices submitted.� Each small business Offeror may choose to compete in either or both of the two On Ramp tracks. The awarded contractor will on-ramp to an existing IDIQ that includes various construction management services with the period of performance that matches the existing IDIQ.� This IDIQ shall include one Base Period and annual Option Periods that runs through April 30, 2029.� Options for the IDIQ may be exercised at any time prior to the expiration of the Base Period or the current Option Period.� No contract will extend beyond the current IDIQ ordering period regardless of when a basic contract is awarded. The cumulative amount of all task orders issued against the IDIQ contract shall not exceed $80,000,000 ceiling for the unrestricted track, and $30,000,000 ceiling for the small business track. The ceiling is a shared value within the unrestricted and small business tract. The actual ceiling amount will be provided at the time of the award to account for amount of ceiling already used by the existing IDIQ contract holders. �AOC anticipates use of the trade-off evaluation method consistent with FAR Part 15. �The selection of the awardees will be based primarily on trade-offs between several technical evaluation factors and price, resulting in the best value to the Government. This RFP and any subsequent amendments will be issued in electronic format only and will be available on or about August 31, 2024 on the Contract Opportunities (formerly Federal Business Opportunities) website at SAM.gov.� Please be advised the date for solicitation posting is estimated and the actual posting date may be after the estimated date.� The anticipated award date is March 1, 2025.� Please address all questions in writing to Darwin Thomas Jr., Contracting Officer, via email at Darwin.thomas@aoc.gov.� Telephone inquiries or individual meeting requests will not be acknowledged or accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51a9e5328e224a96a6bc4ea69b102975/view)
- Place of Performance
- Address: Washington, DC 20515, USA
- Zip Code: 20515
- Country: USA
- Zip Code: 20515
- Record
- SN07091722-F 20240612/240610230115 (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 |