SOURCES SOUGHT
Z -- Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
- Notice Date
- 10/10/2024 11:11:21 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- ECW-0002-10-10-2024
- Response Due
- 11/11/2024 9:00:00 AM
- Archive Date
- 11/26/2024
- Point of Contact
- Jennifer Silkensen, Erin Watson
- E-Mail Address
-
jennifer.silkensen@gsa.gov, erin.watson@gsa.gov
(jennifer.silkensen@gsa.gov, erin.watson@gsa.gov)
- Description
- This is a Sources Sought Notice and is for informational purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement.� The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, general contractors (GC) for the anticipated solicitation for a Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract.� Description of Intended Contract� An IDIQ is a type of contract that provides for an indefinite quantity of supplies or services during a fixed period. The GSA intends to award multiple contracts for General Construction Services. The number of awardees will be determined at a later date. After award of the IDIQ all awardees will be provided fair opportunity IAW FAR 16.505(b)(1) for specific requirements where task orders will be issued unless an exemption exists IAW FAR 16.505(b)(2).� This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. In addition, the Government also anticipates establishing reserves in accordance with FAR 19.503. One (1) contract may be reserved for an 8(a) firm, one (1) contract may be reserved for a HUBZone firm, and one (1) contract may be reserved for a Service Disabled Veteran Owned Small Business (SDVOSB). The government has the right to award more than one contract to any of the concerns if it is determined they represent the best value to the government in accordance with the source selection criteria. The government will only meet this concern if a proposal is received from a Service Disabled Veteran Owned Small Business, and/or a HUBZone firm, and/or 8(a) business concern that is responsive, responsible, has received an overall technical score of ""Acceptable"" or greater and represents a fair and reasonable price. If it is determined that no SDVOSB or HUBZone offeror proposes an acceptable proposal at fair and reasonable price, a SDVOSB or HUBZone concern will not be recommended for an award and the government is no longer bound to make an award to this concern. The Multiple Award IDIQ will be for a base period of one year and will include four, one year option periods for a maximum contract length of five years. The first ordering period is expected to begin on or about August 1, 2025.� The anticipated Maximum Ordering Limit (MOL) for this contract vehicle is $75,000,000.00 (aggregate). This means that the cumulative total for all task orders awarded to all contractors against this Multiple Award IDIQ shall not exceed $75 Million. Each contractor on the IDIQ will be able to bid on any task order, regardless of how much work has been completed previously by the contractor on the IDIQ. The minimum guarantee for this contract is $2,500.00 per contractor for the base year. There is no guaranteed minimum for any option years. The anticipated ordering limits are expected to be between $50,000.00 and $3,000,000.00. Projects/task orders outside of this dollar range may also be competed among the IDIQ awardees, if it is in the best interest of the government to do so. However, awardees have the option to decline any project/task order award in such cases. General Description of Services A GC shall supervise, administer, perform, and contract all construction activities required to complete a project. Construction activities for the anticipated solicitation include but are not limited to commercial office construction and/or renovations/repairs, MEP (Mechanical/Electrical/Plumbing) 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 deliver methods to deliver projects for the GSA;� 1. Design/Bid/Build (DBB) Traditional� 2. Design/Build (D/B)� 3. Design/Build Bridging� Location of Services:� The anticipated geographical location for this requirement is expected to cover the following areas:� 1. Philadelphia, PA and Surrounding Counties (The counties of: Bucks, Chester, Montgomery, Delaware, and Philadelphia),� 2. New Jersey (All counties, excluding Bergen, Passaic, Morris, Essex, Hudson, Monmouth, Middlesex and Union),� 3. Delaware (Entire state). Interested contractor's ARE expected to be able to provide coverage of the entire geographical area.� Size Standard� The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45.0 million.� Selection Procedures� The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, awards will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors where non-price factors, when combined, are considered significantly more important than price. Response Information:� Interested contractors shall complete the form (LINK IS PROVIDED IN ATTACHMENT/LINKS SECTION) via google suite no later than 12:00 PM on November 11, 2024. If a contractor is unable to complete this form through the google suite, they shall complete the attached form and return to the Contracting Officer and Contract Specialist no later than date specified by email at: jennifer.silkensen@gsa.gov and erin.watson@gsa.gov. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses.� Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.sam.gov. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1b7a1d62e63046f5a9b7b60037f0fefb/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07238777-F 20241012/241010230105 (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 |