Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2009 FBO #2876
SOURCES SOUGHT

Z -- Design-Build IDIQ Multiple Award Construction Contract - Sources Sought Notice with Attachment

Notice Date
10/7/2009
 
Notice Type
Sources Sought
 
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, Missouri, 64131-3088
 
ZIP Code
64131-3088
 
Solicitation Number
GS06P10GYD0035
 
Archive Date
10/7/2010
 
Point of Contact
David E Rumsey, Phone: 816-823-1696, Stephanie R Witt, Phone: 816-823-5013
 
E-Mail Address
david.rumsey@gsa.gov, stephanie.witt@gsa.gov
(david.rumsey@gsa.gov, stephanie.witt@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice with Attachment 1 of 1 (Limited Performance Survey Form) TITLE: Design Build (DB) Indefinite Delivery Indefinite Quantity (IDIQ) MultIple Award Construction Contract (MACC) for the states of Iowa, Kansas, Missouri, and Nebraska (GSA Region 6) DESCRIPTION(S): Sources Sought Notice This is not a solicitation announcement for proposal and no contract will be awarded from this announcement. This is a sources sought announcement for a Construction Services with Design-Build (DB) capabilities Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). It is a market survey for written information only. No reimbursement will be made for any costs associated with providing information in response this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation as there is no package or solicitation. General Services Administration (GSA), Public Buildings Service (PBS), Heartland Region (GSA PBS Region 6) is seeking qualified and interested parties. This sources sought synopsis is for information and planning purposes and is not to be construed as commitment by the Government nor will the Government pay for information solicited. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. The GSA, PBS Heartland Region, is conducting a sources sought for firms with the current relevant qualifications, experience, personnel, and capabilities to perform construction services, including design-build services, for the four state area of Iowa, Kansas, Missouri, and Nebraska. GSA anticipates award of multiple IDIQ contracts. The period of performance will be for one (1) year with four (4) additional 1-year option periods. Task orders will be issued under the IDIQ contracts for the four (4) states of GSA, Region 6 (Iowa, Kansas, Missouri, and Nebraska). The minimum guarantee amount of $1,000 per year is to be satisfied by the award of one or more task orders during the base contract period (1 year) and each of the four (1-year) option periods. The annual estimated magnitude for all competitive task orders to be awarded among all contracts resulting from the potential IDIQ is $10,000,000 -$15,000,000 based on recent procurement and funding history. The estimated mode of individual competitive task orders to be awarded among all contracts resulting from the potential IDIQ is $100,000 - $3,000,000. The anticipated maximum contract value (total of the base and all optional periods) of each contract awarded is $75,000,000. In accordance with Federal Acquisition Regulation (FAR), the prime contractor must have the capability to perform at least twelve percent (12%) of the contract work with its own employees. TYPE OF WORK UNDER THE CONTRACT: The work would primarily consist of, but is not limited to: construction and, in instances of design-build, design of repair and alteration, and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. Typical projects may include, but are not limited to: interior and exterior finishes, landscaping, civil, mechanical, plumbing, electrical, structural, fire safety, elevators, environmental, and roofing components/systems. Contractors would compete for task orders over the life of the contract. INTERESTED SOURCES ARE INVITED TO IDENTIFY THEIR INTEREST AND PRELIMINARY CAPABILITY BY RESPONDING TO THIS SOURCES SOUGHT ANNOUNCEMENT IN WRITING NO LATER THAN 3:00 PM, CENTRAL TIME, OCTOBER 15, 2009 WITH THE FOLLOWING SUBMISSIONS: Please note it is the government's intent to require the minimum amount of information from the market and still accomplish the objective. As such the government requires all the information identified below, but encourages limiting the responses to the necessary information requested. •1. LIMITED PERFORMANCE SURVEYS: Each firm is to provide ten (10) performance surveys (Attachment 1) on projects that best demonstrate the company's and key personnel's experience relative to the types of work covered by this announcement. All information requested on the survey must be completed. Projects submitted within the performance surveys shall meet the following criteria: •o Not less than seven (7) of the aforementioned projects are to specifically demonstrate successful design-build performance. •o Contracts with federal, state, or local Government, and/or commercial customers will be accepted. •o Projects must have been completed within three (3) years of this announcement. Projects completed more than three (3) years prior to this announcement will not be considered. •o Key Personnel associated with the projects and identified as required on the past performance survey shall currently be with the firm and available for such potential contract work. •o All proprietary information not to be disseminated in Government documents must be clearly identified. In the event a solicitation is later issued, to be considered eligible for award contractors must be capable of demonstrating, among other things, acceptable past performance and expertise in providing construction services, including design-build services. By requiring the aforementioned past performance surveys we may determine what interested contractors possess basic, relevant past performance and qualifications, making them potentially capable of such contract work. •2. BONDING CAPACITY: Provide surety's name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. •3. SMALL BUSINESS CLASSIFICATION: Identify whether your firm is a Small Business (NAICS 236220, Size Standard $33.5 million) or Other Than Small Business (exceeding the aforementioned Size Standard), and whether your firm is a SBA certified 8(a), HUBZone or SDVOSB concern. You must be an approved SBA firm (including Mentor-Protégé Joint Venture firms) at time of this sources sought announcement to be considered as a valid 8(a), HUBZone, or SDVOSB concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. •4. GEOGRAPHIC AREA: Provide your primary and other office locations, and whether your firm deems the entire four state area of Iowa, Kansas, Missouri, and Nebraska (Heartland Region, GSA PBS Region 6) to be an area it can compete for task orders. If not, please briefly identify why, and also identify which of the following geographic areas within the Heartland Region your firm deems it can compete within: 1. State of Iowa (Excluding the cities of Council Bluffs and Sioux City, IA) 2. State of Kansas (excluding the Kansas City Metropolitan Area) 3. Kansas City Metropolitan Area (Including the Kansas City Metropolitan area, the city of Columbia, Missouri, and the portion of the State of Missouri west of Columbia) 4. St. Louis Metropolitan Area (Including the Cities of Cape Girardeau and Hannibal, Missouri and the portion of the State of Missouri east of Columbia) 5. State of Nebraska (Including the Cities of Council Bluffs and Sioux City, Iowa). •5. DESIGN-BUILD TEAMING ARRANGEMENT. Briefly describe your teaming arrangement for design-build services as it relates to potentially providing services under such contract. Respondents shall not use the names of other firm(s), but rather they shall remain anonymous in the response. Respondents will not be notified of the results of the evaluation. However, Region 6 GSA PBS will use responses to this sources sought announcement to make appropriate acquisition decisions. Please respond to this announcement by 3:00 pm (Central Time) on October 15, 2009 by emailing your response submission to david.rumsey@gsa.gov. The subject line of the email shall state: DB IDIQ MACC GSA Region 6 Sources Sought Response. Emails shall be no more than 8MB in size. If additional space is needed, more than one email may be sent. Responses received after the deadline or without the required information will not be considered. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. Although not required as part of your response to this announcement, you are invited to attend an "Industry Exchange" scheduled for 12:30 p.m. - 3:30 p.m. (Central Time), Wednesday, October 21, 2009. Location is the Plaza Auditorium, Bldg #2, 1500 E. Bannister Rd, Kansas City, MO 64131. Please enter and park in the parking lot located on the southwest corner of the complex/property. You will walk east to the building through the flood gate and enter the building south of the loading docks. SECURITY REQUIRES YOU TO HAVE GOVERNMENT ISSUED IDENTIFICATION TO ENTER THE PROPERTY. Purpose of the meeting is market research. The government is working to gather appropriate information from industry for technical and acquisition planning.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/6PMT-E/GS06P10GYD0035/listing.html)
 
Place of Performance
Address: States of Iowa, Kansas, Missouri, and Nebraska, United States
 
Record
SN01981487-W 20091009/091007234949-0f768cc6d00aba768ae2eda9857b370e (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.