Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

Z -- Multiple Award IDIQ Construction Manager as Constructor (CMc)

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Division (6PC), Construction Acquisition Branch II (6PCA II), 1500 E. Bannister Road, Kansas City, MO, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P06GYD0003
 
Response Due
8/28/2006
 
Point of Contact
Joshua Woods, Contract Specialist, Phone 816-823-1726, Fax 816-823-2273, - Peggy Jewett, Contracting Officer, Phone (816) 823-2266, Fax (816) 823-2273,
 
E-Mail Address
joshua.woods@gsa.gov, peggy.jewett@gsa.gov
 
Description
The attached draft solicitation is being issued to provide the industry an opportunity to comment on the newly developed Construction Manager as Constructor Contract proposed to replace the current General Services Administration Region 6 Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for the states of Missouri, Kansas, Nebraska and Iowa. GSA anticipates releasing this full and open competition solicitation utilizing best value source selection procedures where technical factors are considered significantly more important than price. The duration of the contract will consist of one 1 base year and four 4 one year options. GSA anticipates awarding up to 10 contracts in each of the following five 5 geographic areas: The Greater St. Louis Metro Area including the cities of Cape Girardeau and Hannibal, Missouri; Kansas City area including the Kansas City Metropolitan area, the city of Columbia, Missouri, the portion of the state of Missouri west of Columbia; The State of Kansas, excluding the Kansas City Metropolitan area; The State of Iowa, excluding the Cites of Council Bluffs and Sioux City, Iowa; The State of Nebraska including the Cities of Council Bluffs and Sioux City, Iowa. The anticipated five year maximum obligation of each contract awarded under this solicitation is $30,000,000. Each contractor will be guaranteed a minimum of $1,000 per fiscal year. An average of $20,000,000 in task orders per year for all five geographic areas combined will be issued over the five year period. Task orders placed against the resulting contract will be issued utilizing the Fair Opportunity Process outlined in FAR part 16 and will include a wide range of construction projects utilizing both the CMc and Traditional design-bid build approaches as described in Section C of the solicitation. Typical task orders could contain some or all of the following: modifications to architectural components including, but not limited to: ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering, modifications and replacement of mechanical systems to include, but not limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps) , HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories, electrical systems including but not limited to : lighting systems, primary and secondary power distribution systems and transformers. At this time, GSA requests the publics review and comments on the proposed solicitation. An industry forum has been set up to discuss comments from all interested parties. The industry forum will be held in Kansas City at the Bannister Federal Complex, 1500 E. Bannister Road, Kansas City, Missouri 64131, on August 31, 2006, 8:00 AM. All parties interested in attending this event are asked to register by calling or emailing Josh Woods at 816-823-1726 or joshua.woods@gsa.gov. The draft solicitation is available through the Federal Technical Data Solution (FedTeDS) website (fedteds.gov). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOps and the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from you company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedTeDS. No federal material can be downloaded until you have registered under both sites. You may access FedTeDS via the following address www.fedteds.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled REGISTER WITH FEDTEDS and then choosing the VENDOR REGISTRATION FORM hyperlink. It is the vendor’s responsibility to monitor FedBizOps for any changes and/or conditions. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company’s ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Any questions in regard to the solicitation and/or the event shall be directed to Josh Woods no later than August 28, 2006 at 3:00 PM. Contractors are urged to bring their own copies of the draft solicitation as copies will not be furnished at the industry conference. The government reserves the right to accept or reject any comments provided. If the government makes changes to the draft solicitation offerors will be provided a detailed listing that includes all changes made from the draft solicitation. It is anticipated that the revised solicitation will be issued within 30 days from the date of the industry conference. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/6PMT-E/GS06P06GYD0003/listing.html)
 
Place of Performance
Address: States of Kansas, Iowa, Nebraska, and Missouri
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01118845-F 20060819/060817225610 (fbodaily.com)
 
Source
FedBizOpps 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.