Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2008 FBO #2550
SOLICITATION NOTICE

R -- Construction Management Services

Notice Date
11/17/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Real Property Programs Division, Contracts Section (9PMFC), 450 Golden Gate Avenue, 4 East, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-09-KSD-0012
 
Point of Contact
John Collins,, Phone: 415-522-3234, Joel L Burks,, Phone: 415-522-2643
 
E-Mail Address
john.collins@gsa.gov, joel.burks@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The General Services Administration (“GSA”), Pacific Rim Region, has a requirement for Construction Management (“CM”) services covering the following Zones: (Zone 1) Northern California (generally described as Kern County and north) including Reno, NV; (Zone 2) Southern California (generally, south of Kern County); (Zone 3) Arizona and Nevada excluding Reno, NV; and (Zone 4) Hawaii and neighboring US territories, which may include Guam, Saipan, and American Samoa. Services shall primarily be in support of the Pacific Rim Region's government-owned buildings or leased space. This shall be a multiple award procurement action; consequently, the Government intends to award up to twelve (12) indefinite-delivery, indefinite-quantity (“IDIQ”) contracts from Solicitation No GS-09P-09-KS-D-0012 scheduled to issue December 1, 2008. The IDIQ contract period shall be for one (1) base year with four (4) additional one-year options to be exercised at the discretion of the Government. For each award, the maximum aggregate dollar amount per year shall be $5,000,000, with a guaranteed minimum of $2,000 per year. Evaluation of candidate offerors shall be conducted using source selection procedures/best value method outlined in the solicitation. Each Zone may have up to three or more contracts awarded. The Government contemplates that one of the awards in each Zone will be to a technically qualified small business, or be certified in a valid federal government small business program (e.g. 8(a) Program). Joint ventures or firm/consultant arrangements which meet requirements of the solicitation will be considered. To be considered for award in a particular Zone, an offeror (or at least one firm in the case of joint ventures or firm/consultant arrangements) must have an office established in that Zone at the time of issuance of the solicitation. Each offeror shall clearly indicate for which Zone or Zones it wishes to be considered. After awards are made, the Government reserves the right to use a firm in a location other than its primary geographical area of consideration, if circumstances so warrant. The Point of Contact is John Collins, Contracting Officer at (415) 522-3234. Services may include, but are not limited to: Design and construction management services including design review; project coordination and reporting; cost and schedule control; estimating; review of submittals; testing services; contract administration including inspection for conformance with design and specifications; change order administration; claims analysis and litigation support; and other contract quality assurance functions. The following criteria, in descending order of importance, shall be used in the evaluation of candidate concerns: (1) Past Performance. Past performance in government and private sector contracts that demonstrate effectiveness in construction management (i.e., cost control, estimating, scheduling, inspections, overall quality of work, limiting project delays, resolving differences, and safety compliance); (2) Experience. Experience in performing construction management services on construction projects of varying sizes and levels of complexity; and (3) Organization. This factor evaluates an offeror’s resources (personnel, organization, financial, and subcontractor/partners) to determine its ability to perform the requirements of the contract. This procurement shall be open to large and small business concerns. All responsible sources responding to the RFP shall be considered. Small businesses, and SDB's, and WO businesses are encouraged to participate. The solicitation document shall be published on the fedbizopps site on or after December 1, 2008. Telephone and e-mail requests for the documents shall NOT be accepted. Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Pacific Service Center (9PMC), 450 Golden Gate Avenue, 4th Floor East, San Francisco, CA, 94102-3434 Place of Performance: US General Services Administration Pacific Rim Region Point of Contact(s): John Collins, Contract Specialist, Phone (415) 522-3234, Fax (415) 522-3118, Email john.collins@gsa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7c1681007c178666fae2e7154292bd9c&tab=core&_cview=1)
 
Place of Performance
Address: Various, United States
 
Record
SN01705573-W 20081119/081117214514-7c1681007c178666fae2e7154292bd9c (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.