Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2010 FBO #3168
SOURCES SOUGHT

Z -- Kansas Term - Sources Sought

Notice Date
7/26/2010
 
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
GS-06P-10-GY-D-0012
 
Point of Contact
Stephen Foley, Phone: 816-823-1231, Stephanie R Witt, Phone: 816-823-5013
 
E-Mail Address
stephen.foley@gsa.gov, stephanie.witt@gsa.gov
(stephen.foley@gsa.gov, stephanie.witt@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Survey TITLE: Kansas IDIQ Term Construction Contract (Single Award) for the state of Kansas 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 an IDIQ Single Award Term Construction Contract for the state of Kansas, specifically the areas of Topeka and Wichita. 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 a term construction contract with the ability and experience to bid many line items for the state of Kansas with the primary geographical areas being Topeka and Wichita. The period of performance will be for one (1) year with two (2) additional 1-year option periods. Task orders will be issued under the IDIQ term construction contract for the state of Kansas. The minimum guarantee amount of $2,250.00 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 two (1-year) option periods. Total estimated obligation under the contract is expected less than 2.25 million over the entire length of the contract including option years. 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. Order Limitations: •1) The minimum order limitation is expected to be $250. •2) The maximum order limitation for a single item is expected not to exceed $50,000. •3) The maximum order limitation for a combination of items is expected not to exceed $100,000. TYPE OF WORK UNDER THE CONTRACT: The work would primarily consist of, but is not limited to: repair and alteration construction services. 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. 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, AUGUST 10, 2010 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 construction performance. •o Contracts with federal, state, or local Government, and/or commercial customers will be accepted. •o Projects must have been completed within six (6) years of this announcement. Projects completed more than six (6) 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. 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 Topeka and/or Wichita, Kansas to be an area it can compete for task orders. If not, please briefly identify why. 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 August 10, 2010 by emailing your response submission to stephen.foley@gsa.gov. The subject line of the email shall state: KS IDIQ TERM 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/6PMT-E/GS-06P-10-GY-D-0012/listing.html)
 
Place of Performance
Address: U.S. Courthouse, 401 N. Market St., Wichita, KS, Frank Carlson Federal Building and Courthouse, 444 SE. Quincy, Topeka, KS, Wichita and Topeka, Kansas, United States
 
Record
SN02217334-W 20100728/100726234713-06189706610626cc7eebf943425ed36b (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.