SOLICITATION NOTICE
Z -- Under $100,000 IDIQ Multiple Award Task Order Contract for Construction
- Notice Date
- 5/8/2007
- 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, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- GS06P07GYD0006
- Response Due
- 6/26/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is set aside for Small Business Concerns. The NAICS is 236220. Synopsis for Request for Proposals for Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contracts for Construction in each of the following areas: 1) State of Iowa ? primary geographic area is the Des Moines Metro Area (excluding Council Bluffs and Sioux City, Iowa), 2) State of Iowa ? primary geographic area is East of the Des Moines Metro Area, 3) State of Kansas ? primary geographic area is the Topeka Metro Area, 4) State of Kansas ? primary geographic area is the Wichita Metro Area, 5) State of Missouri ? primary geographic area is the St. Louis Metro Area (including Cape Girardeau and Hannibal, Missouri, 6) State of Missouri ? primary geographic area is the Kansas City Metro East to Columbia, Missouri Area , and 7) State of Nebraska (including Council Bluffs and Sioux City, Iowa). Each contractor awarded a contract will be designated as pre-qualified to bid for task orders issued within the individually designated areas. *NOTE: PRE-QUALIFIED CONTRACTORS ARE NOT REQUIRED TO SUBMIT PROPOSALS ON ALL TASK ORDERS. Issue Request for Technical Proposals (Phase I): 5/23/07. Receive Technical Proposals: 6/26/2007. Issue request for Price Proposals (Phase II): 6/7/2007. Receive Price Proposals: 6/26/2007. Estimated Cost Range: $2,000 - $100,000 per task order. Guaranteed Minimum: $100. Anticipated Maximum obligation for each geographic area is $1,500,000 in total task orders for the first year of the contracts without a carry-over to the next year. The projected dollar value of total task orders for each geographic area for the base year is: 1) State of Iowa ? primary geographic area is the Des Moines Metro Area (excluding Council Bluffs and Sioux City, Iowa) - $200,000, 2) State of Iowa ? primary geographic area is East of the Des Moines Metro Area - $200,000, 3) State of Kansas ? primary geographic area is the Topeka Metro Area - $200,000, 4) State of Kansas ? primary geographic area is the Wichita Metro Area - $150,000, 5) State of Missouri ? primary geographic area is the St. Louis Metro Area (including Cape Girardeau and Hannibal, Missouri - $550,000, 6) State of Missouri ? primary geographic area is the Kansas City Metro East to Columbia, Missouri Area - $700,000, and 7) State of Nebraska (including Council Bluffs and Sioux City, Iowa) - $400,000. Typical task order 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 coverings. Work also includes 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. Work also includes electrical systems to include but not limited to: lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. The Government may award up to seven (7) Indefinite Delivery Indefinite Quantity contracts under this solicitation in each of the designated geographic areas. Each award will be for one year. There will also be four additional one-year options. The award of a firm-fixed price task order in each designated area will result from Phase II of this solicitation. It is anticipated that future projects in each designated area will be awarded on a task order basis to the one contractor (of the seven awardees) who offers the lowest lump sum price. This is a competitive negotiated acquisition. Proposals will be evaluated using a Two-Phase process. Phase I will be technical evaluations; Phase II will be for pricing. The Government intends to use the "best value concept" in making the selections. The "best value concept" is a method of evaluating price and other related factors specified in the solicitation; with the goal being to select the proposal that offers the greatest value to the Government in terms of performance and other factors. Phase I, the Request for Proposal (RFP), contains Construction Contract Clauses, Labor Standards, Solicitation Provisions, Proposal Submittal Requirements and Evaluation Factors. The RFP will be issued on or about 5/21/2007. Proposals shall be received in the Office of Business and Support Services (6ADB), Federal Building, 1500 E. Bannister Rd, Room 1161, Kansas City, MO, 64131-3088, on or about 6/20/2007. Specific date and time shall be specified in the RFP. Offerors may submit proposals in as many of the designated areas as they wish, but only one proposal may be submitted by each offeror in each of the designated geographic areas. Offerors will be required to indicate which of the designated area(s) for which they wish to be considered. Offerors should submit proposals that are acceptable without additional explanation or information, as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. The Government may make award without discussions. Two factors will be considered: a technical evaluation factor and price. For this solicitation, technical quality is significantly more important than cost or price. As proposals become more equal in the technical merits, price becomes more important. The elements that make up the technical evaluation factor, in descending order of importance are: (1) Experience of the Firm (2) Past Performance of the Firm, (2) Qualifications of Key Personnel, and (3) Management and Technical Approach. All responsible sources may submit a proposal, which will be considered by the agency. The RFP will be available from the General Services Administration through the GPE on FedBizOpps (www.fbo.gov). All responsible sources may submit a proposal, which will be considered by the agency. The solicitation will be 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 FedBizOpps 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.
- Record
- SN01290047-W 20070510/070508221334 (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 |