MODIFICATION
Z -- Nationwide Indefinite Delivery Indefinite Quantity Construction Services with Design Capabilities to facilitate the delivery of GSA and DHS programs
- Notice Date
- 4/7/2008
- Notice Type
- Modification/Amendment/Cancel
- NAICS
- 236220
— Commercial and Institutional Building Construction
- ZIP Code
- 00000
- Solicitation Number
- GS-07P-08-HHD-0063
- Response Due
- 5/28/2008 3:00:00 PM
- Description
- This procurement will result in multiple awards for nationwide IDIQ Construction Services with Design/Build Capabilities for GSA and DHS programs for Ports of Entry and other Federal facilities. The multiple award IDIQ contracts shall be for a period of one (1) year, with provision to exercise options for four (4) additional one year periods, not to exceed a total of five years. Multiple awards will be made with each awardee being guaranteed a minimum of $1000. The minimum ordering limitation per task order will be $500. The maximum ordering limitation of each contract is up to $25 million per year. This negotiated procurement will be accomplished by using source selection procedures. A firm fixed price contract will be awarded to the firms offering the best value to the Government. Technical ability is significantly more important than price. The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a)); therefore, the offeror's initial proposal should contain the offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government is not limited to contacting only those references provided by the offeror. The Government may also consider the offeror's performance on contracts not submitted by the offeror that the Government is aware of, or becomes aware of. Evaluation criteria are listed in descending order or importance: 1. Experience and past performance of the prime contractor and key subcontractors on similar projects. 2. Qualifications and past experience of key personnel. 3. Management Approach. The offeror will need to respond to various scenarios to demonstrate intent and breadth of knowledge and understanding of the requirements for planning, organizing and controlling the execution of the any resultant task orders. 4. Subcontracting/Small Disadvantaged Business Utilization (SDBU) Plan (for other than small businesses). Offerors will not be reimbursed for proposal submittal expenses. Any documents related to this procurement will be available via the Internet only. Hard copies will not be available. Contractors are responsible for downloading their own copy of all documents. A solicitation document with a sample project will be posted around April 22, 2008. The documents will be in.pdf (Adobe Acrobat) format and will be available at www.fedbizopps.gov. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation and amendments, if any. Firms can also register to be notified by e-mail of new posting including synopsis, solicitations, and amendments at the site. Firms are encouraged to periodically check the site; it is the contractor's responsibility to obtain all documents related to the procurement.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b21a1b8817c78e7c26745e7820df7348&tab=core&_cview=1)
- Record
- SN01548605-W 20080409/080407220050-b21a1b8817c78e7c26745e7820df7348 (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 |