Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOURCES SOUGHT

Z -- DESIGN-BUILD, INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC).

Notice Date
8/29/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction Contracting Branch(10PCC), 400 15th Street, SW, 2nd Floor, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-13-LT-R-0001
 
Archive Date
10/13/2012
 
Point of Contact
Dwayne Cannon, Phone: 2539317491
 
E-Mail Address
dwayne.cannon@gsa.gov
(dwayne.cannon@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR A DESIGN-BUILD, INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC). THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NOT A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. THIS IS A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THERE IS NO BID PACKAGE OR SOLICITATION SPECIFICATION OR DRAWINGS AVAILABLE AT THIS TIME. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The General Services Administration (GSA), Public Building Service - Northwest/Arctic Region 10 is seeking qualified and interested parties in any of the following categories: Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), U.S. Small Business Administration (SBA) certified 8(a), and SBA certified HUBZone. Potential sources should have current relevant qualifications, experience, personnel, equipment, capability, and bonding capacity to perform IDIQ Design-Build Construction Contracts. The work will primarily consist of general building type projects (new construction, renovation, alteration, demolition, repair work, and any necessary design. The areas of proposed work will be in Alaska. The work will be concentrated at, but not limited to the following locations: Anchorage, Fairbanks and Juneau. MATOC Contractors may be asked to respond to multiple Requests for Proposal (RFPs) in a short timeframe (i.e. 2 or 3 RFPs issued within a 30-day period). The North American Industry Classification System (NAICS) Code is 236220, Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 million. The contract(s) will be for one base year with four one-year option periods. The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $25 million over the base year and the four option periods combined. A per contract maximum will not be identified. Task orders will be firm-fixed price and may range from $2,000 to the current prospectus limit of $2.79M. Interested sources are invited to respond to this sources sought announcement. Respondents shall provide up to five projects that best demonstrate the company experience relative to the types of work covered by this requirement. Projects should be representative of NAICS 236220 and be similar in size, scope, and complexity to this requirement. Contracts must have been performed or substantially performed within the last five years. Contracts with federal, state, or local government, and/or commercial customers will be accepted. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Submit a maximum of five projects describing the following: 1) Experience: Describe the design-build Government or commercial contracts/projects your firm has completed as the Prime Contractor in the last five years showing experience in construction, renovation, alteration, demolition, and repair work, including any necessary design with a project cost in the range of $2,000 to the current prospectus limit of $2.79M. For each of the contracts/projects submitted for experience, provide contract number, title; location; contract value; type of contract; contract completion date; performance rating; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. 2) Identify whether your firm has in-house engineering capacity or uses an A/E firm to provide design services. Indicate whether your firm has an established working relationship with the design firm (if applicable). Provide a minimum of three projects where your firm has worked with an A/E firm and construction has been completed in the last five years. For each of the design services projects, provide the contract number along with the name, email address, and phone number of the point of contact at the A/E firm. 3) Experience in the design and construction of projects capable of obtaining LEED certification in accordance with the USGBC criteria. Demonstrate this experience by identifying projects managed by your firm or the A/E firm that have obtained LEED certification from the USGBC. 4) Bonding capacity: Provide surety name, your firm maximum bonding capacity per project, and your firm aggregate maximum bonding capacity. 5) Identify whether your firm is a self-certified Small Business or SDVOSB, or an SBA certified 8 (a) or HUBZone firm. If your firm is an 8(a) or HUBZone firm, provide proof of SBA certification. If your firm is submitting as a mentor-protégé joint venture under the 8(a) program, SBA approval of the agreement must be provided to be considered as small for this procurement. For more information, refer to http://www.sba.gov/. Respondents will not be notified of the results of the evaluation. However, GSA will use the information provided for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, SDVOSB concerns, or Small Businesses, the acquisition may be solicited on an unrestricted basis. All proprietary information not to be disseminated in Government documents must be clearly identified. Please respond to this announcement by 3:00 p.m. (EST) on 28 September 2012, via email to Dwayne Cannon at dwayne.cannon@gsa.gov. The subject line of the email shall state: ALASKA DESIGN-BUILD IDIQ MATOC SOURCES SOUGHT RESPONSE. Emails shall be no more than 5 MB in size and be able to be read in Microsoft Word compatible. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the participants. Contracting Office Address: General Services Administration, Acquisition Solutions Br (10PCQ) 400 15 th SW, Auburn, WA Point of Contact(s): Dwayne Cannon, 253-931-7491
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PCC/GS-10P-13-LT-R-0001/listing.html)
 
Place of Performance
Address: Alaska, Anchorage, Alaska, United States
 
Record
SN02859853-W 20120831/120829235248-a443fd0b19fff0736a3d054aee1dcf56 (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.