Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2025 SAM #8458
SOLICITATION NOTICE

Z -- PRESOLICITATION NOTICE - Multiple Award General Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE

Notice Date
1/21/2025 2:41:30 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0225R0026
 
Response Due
2/5/2025 8:59:00 PM
 
Archive Date
02/20/2025
 
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)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE 47PD0225R0026 Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) for General Construction Services in PA/NJ/DE of PBS Region 3 Procuring Agency The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract that provides for an indefinite quantity General Construction Services. Description of Services The General Contractor (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 delivery methods to deliver projects for the GSA: 1. Design/Bid/Build (DBB) Traditional 2. Design/Build (D/B) Location of Services The 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), and; 3. Delaware (Entire State) Contract Value The Maximum Ordering Limit (MOL) for this contract vehicle is $75,000,000.00. Meaning the cumulative total for all task orders awarded to all contractors over the life of the contract (5 Years) shall not exceed $75 Million. The anticipated ordering limits are between $50,000.00 and $3,000,000.00, however, projects valued above $3,000,000.00 may be approved on a case-by-case basis by the IDIQ Contracting Officer, and projects valued below $50,000.00 may also utilize this vehicle. The typical task order is expected to be between $50,000.00 and $3,000,000.00. Ordering Periods ANTICIPATED IDIQ CONTRACT ORDERING PERIODS Base Ordering Period September 4, 2025 to September 3, 2026 Option Ordering Period 1 September 4, 2026 to September 3, 2027 Option Ordering Period 2 September 4, 2027 to September 3, 2028 Option Ordering Period 3 September 4, 2028 to September 3, 2029 Option Ordering Period 4 September 4, 2029 to September 3, 2030 Option to Extend Services (FAR 52.217-8) September 4, 2030 to March 4, 2031 Competitive Procedures This procurement will be competed utilizing full and open competition after exclusion of sources in accordance with FAR 6.2. The government intends to award no fewer than four (4) but no more than eight (8) awards. As part of this award the government has elected to reserve contracts for socioeconomic concerns in accordance with FAR 19.502-4(1) and Section 1331 of Public Law 111-240 (15 U.S.C. 644(r)). The Government intends to reserve the following contracts for socioeconomic concerns: 1. 8(a) Participants - 1 Contract 2. Woman Owned Small Business- 1 Contract 3. HUBZone - 1 Contract 4. Services Disabled Veteran Owned - 1 Contract A competitive proposal will be requested in accordance with FAR 15 �Contracting by Negotiations.� Selection Procedures The award will be made utilizing the tradeoff process prescribed in FAR 15.101-1. The objective of the Source Selection Process is to select the proposals that represent the best value to the Government. The award will be made to the responsible Offerors whose proposals conform to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include: 1. Prior Experience on Relevant Projects 2. Management Plan 3. Key Personnel 4. Past Performance 5. Socioeconomic Status 6. Bonding Capacity Procurement Schedule (Will be updated at time of solicitation) Issue Request for Proposal - On or about February 5, 2025 Proposal Due Date - On or about March 7, 2025 Evaluation Process - Approximately March 10, 2025 through June 30, 2025 Award Date - On or about August 30, 2025 NAICS Code and Small Business Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45.0 million. Pre-Proposal Conference for Prime Contractors A pre-proposal conference will be held via teleconference for Prime Contractors interested in proposing on this solicitation. Final details will be provided within the solicitation. It is requested that no more than 2 representatives per vendor join the teleconference to allow as many vendors to join as possible Request for Information All inquiries concerning the project shall be directed to the following email addresses: Jennifer.Silkensen@gsa.gov AND Erin.Watson@gsa.gov Further instructions will be provided in the solicitation section 201. Offerors shall use the attached �Request for Information Log� when submitting any Request for Clarification or Interpretation. Failure to use the �Request for Information Log� may result in no response to the request. Note: This is a presolicitation notice. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad736e2a18aa4200b9a90c9b59ed1a70/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07318149-F 20250123/250121230103 (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.