Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2005 FBO #1390
SOLICITATION NOTICE

R -- R - - Construction Management Services for the Southeast Sunbelt Region, Public Buildings Service, General Services Administration

Notice Date
9/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PGB), 401 West Peachtree Street, Atlanta, GA, 30308
 
ZIP Code
30308
 
Solicitation Number
GS-04P-05-EX-D-3041
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) formally announces intent to issue a Request for Proposal (RFP) for Construction Management (CM) Services, based on a total small business set-aside, for up to five (5) stand-alone Indefinite Delivery Indefinite Quantity (IDIQ) contracts supporting projects, on an as-needed basis, within the Southeast Sunbelt Region. Fair Opportunity provisions will not be applicable to the task order awards. These IDIQ contracts will be awarded based on the following primary and secondary areas of performance: (primary areas - 2 contracts for GA & FL, 1 contract for AL & MS, 1 contract for KY & TN and 1 contract for NC & SC; secondary areas - each primary area of performance not awarded to a successful CM will be considered as secondary geographical locations of performance. However, consideration will be given to a firm's ability to provide service in the secondary areas of performance on an individual task order basis. Each contract will consist of a base year, extending 365 calendar days from the date of contract award and four (4) additional one-year duration options to be issued at the discretion of the Contracting Officer for a potential total duration of 5 years. The base year and each option year will individually have a $1 million maximum order limitation (MOL). All work will be performed based on task orders issued under the basic contract for projects ranging up to $5 million. Task order Statement of Work (SOW) will require a variety of project management services including, but not limited to, pre-planning, programming, design management, design review, procurement support, construction management, commissioning, and post-construction support. The successful CM, including its subsidiaries and affiliates, shall not be eligible for award of a contract for A-E or Construction services for these projects, nor serve as a subcontractor or consultant to any A-E or Construction contractor for these projects. The selection process will utilize source selection procedures in accordance with FAR 15.101-1. The primary objective of this process is to select the most technically qualified contractor that offers the best overall value to the Government when all factors including price are considered. For this acquisition, technical/management factors are more important than price and price related factors. The evaluation factors will be outlined in the Request For Proposal (RFP). Award without discussions is contemplated. Therefore, offerors in responding to the RFP will be encouraged to submit all proposals on their best terms and conditions. This acquisition is a total small business set-aside. The small business size standard for the procurement (NAICS 236220) in accordance with FAR 19.1 is average annual receipts of $28.5 million. The RFP will be issued on or about September 29, 2005 and proposals will be due 30 days after issuance. Firms responding to the RFP must identify the desired primary area of performance. The date and location of the pre-proposal conference will be provided in the solicitation. The Government reserves the right to reduce the number of proposals for purposes of efficiency. This is not a Request for Proposal.
 
Place of Performance
Address: Various locations in the states of NC, SC, KY, TN, AL, MS, GA, and FL.
Country: US
 
Record
SN00895428-W 20050916/050914212953 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.