SOLICITATION NOTICE
Z -- AMENDED Synopsis and release of Draft RFP for Small Business Set Aside National Elevator Modernization & Construction IDIQ
- Notice Date
- 11/8/2024 10:47:13 AM
- Notice Type
- Presolicitation
- NAICS
- 23
—
- Contracting Office
- PBS R11 SPECIAL PROGRAMS DIVISION ACQUISITION REGIONAL SUPPORT WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47PM1125RFISBNEM
- Response Due
- 12/2/2024 8:59:00 AM
- Archive Date
- 12/17/2024
- Point of Contact
- Theodore Bonwit, Ericka M. Wilson
- E-Mail Address
-
theodore.bonwit@gsa.gov, ericka.wilson@gsa.gov
(theodore.bonwit@gsa.gov, ericka.wilson@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS SYNOPSIS INCLUDES A NOTICE/ANNOUNCEMENT. THE NOTICE IS ISSUED AS A PRESOLICITATION ANNOUNCEMENT. This notice DOES NOT constitute a Request for Proposal or complete package outlining the technical competencies/qualifications of the prospective contractor, nor does it represent any commitment by the Government. Since this is a Presolicitation announcement, no evaluation letters and/or results will be issued to the respondents. 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. In accordance with FAR 5.204, Presolicitation notices, this synopsis serves as both a presolicitation notice and a request for questions and comments to the attached draft solicitation. This Presolicitation Notice is being issued by the General Services Administration (GSA), for the National Elevator Modernization Indefinite Delivery/Indefinite Quantity (IDIQ) Solicitation and resultant Contract, which shall establish separate, individual, Multiple Award Indefinite Delivery/Indefinite Quantity (MA/IDIQ) Contracts for elevator construction and modernization task orders valued under the prospectus threshold for Construction - Alteration and Lease Projects, or currently $3.926 million as defined in Section C. (A separate set of IDIQs has been awarded for task orders valued at $1 million and above. Projects between $1 million and the prospectus threshold can use either vehicle.) At minimum, the Contractor shall be capable of performing the following services under this IDIQ: Perform design services, design management of subcontractors and consultants to survey and investigate the existing elevator and escalator systems. Perform a condition assessment of the vertical transportation system(s) within the buildings. Perform a code check during the existing conditions survey and assessment to identify elevator equipment deficiencies and safety violations under the Task Order. Provide price proposals/quotations for the performance work statements (PWS), program of requirements (POR), or Statement of Work (SOW) as outlined by the Government and its authorized agents which include the Contracting Officer (CO), Contracting Specialist (CS), Contracting Officer Representative (COR), Project Manager (PM), Elevator Subject Matter Expert (SME), and the Building Manager (BM). Along with the pricing, IDIQ Contractors shall provide a detailed narrative based on the Government�s PWS/POR/SOW, then develop their plan, which shall include a logical sequence of milestone events, delivery timelines, all work activities, and man hours that will be needed to successfully complete and closeout the project. Provide engineering data and calculations, design details, and solutions by a professional engineer or registered architectural firm for review by the Government that resolves and eliminates the code deficiencies when required. Provide requisite drawings and documents for proper Government review, acceptance or approval, such as, schedule of values, meeting minutes, Request for Information (RFI) log, work plans, safety plan, environmental plan, communication plan, and commissioning plan. Provide labor, labor management, construction superintendence, safety inspections, and project management throughout the period of performance and/or IDIQ contract award duration. Create and manage individual cost-loaded project schedules that reflect key milestones, work breakdown structures, and all work activities required to complete the project in the most cost effective and shortest period of time using a critical path methodology. Upon installation, complete all start-up procedures, pre-testing, manufacturer�s adjustments, commissioning, operations and maintenance manual, as-built document delivery, demonstration & key personal training, and warranty requirements for Government acceptance. Complete all closeout procedures as required under the individual Task Order awards (including but not limited to final contractor invoice, release of claims, HSPD-12 badge returns/updates, reply to Contractor Performance Assessment Reporting System (CPARS), and items such as the project warranty letter). NAICS Code 238290 must be added to all vendor�s System for Award Management (SAM) record (https://www.sam.gov) to be eligible to submit a proposal for the formal Request for Proposal (RFP). The ceiling for the proposed IDIQ will be a maximum aggregate dollar amount of $350 million over the life of the contract, with a $20,000,000.00 annual limit for all orders in a performance period for each Contractor. The TASK ORDER LIMITATION (TOL) per Task Order is $3,926,000.00, or up to the GSA prospectus. The Period of Performance will be a base plus four option years. NAICS Code: 238290 - Other Building Equipment Contractors PSC Code: Z2AA -- Repair or Alteration of Office Buildings A Pre-proposal conference will be held on November 21, 2024 at 12:00 PM EST. Please RVSP no later than Monday, November 18, 2024 4PM EST at https://forms.gle/qyEpvgU6AFf2TC9e8 Interested parties are invited to provide questions, comments, or recommendations for the attached draft documents in the following link: https://forms.gle/FGhgJMYXF7Re6ig77 NO LATER THAN 11:59 PM EST on December 2, 2024. Please contact both Theodore Bonwit, Contract Specialist, at theodore.bonwit@gsa.gov and Ericka Wilson, Contracting Officer at ericka.wilson@gsa.gov if you have any difficulty accessing the link that are included below the attachments. AMENDED: The acquisition team is evaluating the use of NAICS 236220 - Commercial and Institutional Building Construction in order to maximize the reach to small business concerns while still maintaining the acquisition strategy of seeking only those firms that have expertise and experience in elevator modernizations. We encourage any firm with elevator modernization experience to attend the pre-proposal conference or submit feedback using the links in this synopsis.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/23f300d154494783a6debb7cf72bce2a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07261021-F 20241110/241108230103 (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 |