Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2013 FBO #4169
MODIFICATION

Z -- Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) for WV & VA

Notice Date
4/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-13-CD-D-0018
 
Archive Date
6/12/2013
 
Point of Contact
Celeste W. Dow, Phone: (215) 446-4565
 
E-Mail Address
celeste.dow@gsa.gov
(celeste.dow@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE - ALL QUESTIONS RELATED TO THIS ACQUISITION MUST BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICER, CELESTE DOW, VIA EMAIL: celeste.dow@gsa.gov. All questions must be submitted at least ten (10) days prior to the closing date of the solicitation. Answers to all questions will be posted via amendments to this solicitation. No personal answers will be provided. Revised date: THE REQUEST FOR PROPOSAL IS ANTICIPATED TO BE RELEASED ON OR BEFORE MAY 24, 2013. The General Services Administration has identified a need for a Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ), contract for repair and alteration construction services. This procurement will result in multiple awards for projects within these parameters at all locations, owned and leased, within the jurisdiction of the GSA West Virginia Office. Using this IDIQ vehicle, ordering officials will place individual task orders utilizing competitive procedures among all vendors awarded contracts through this procurement. The term of the contracts will be for a one (1) year base with four (4) one (1) year options. The contracts will not include pre-negotiated line item pricing (except for assorted hourly rates), as projects within this dollar range could have significant variances in unit price values based on the size of the individual project. Rather, each project will be competed among the awardees of the IDIQ contract using criteria established by the ordering office (price alone, or a combination of price and technical factors). This contract vehicle may be utilized by both Regional and Field Office personnel. All awardees under the IDIQ contract will be presented with a fair opportunity to be considered for each order exceeding the simplified acquisition threshold. It is anticipated that no less than three (3) and no more than five (5) contracts will be awarded under this solicitation, although the government reserves the right to award a number of contracts outside this range. The scope of this contract is to provide: 1) construction services, including, but not limited to: general office renovation; interior construction; exterior construction repair; general repair and alteration work; installation of new and the alteration of existing power panels; carpet and carpet tile replacement; painting; HVAC duct work modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving; 2) alteration services, including, but not limited to: electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing, cleaning, sealing, design-build services; roofing involving installation, repair and alteration, and removal; and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and other task order related work. In addition, design work incidental to construction as well as design/build work are included. This procurement will be set aside for small businesses under FAR Part 19; with a multiple award task order contract awarded to responsible offerors whose proposal(s) offer the best overall value to the Government. The individual orders to be placed under the contracts will range from the simplified acquisition threshold (currently $150,000.00) up to the prospectus limit (currently $2.79 million). Task orders may also be placed outside this dollar range if it is in the best interest of the government to do so; however, awardees have the option to decline any RFP's in this case. Utilizing a multiple award IDIQ will maximize competition, as all awardees will compete for each task order, resulting in favorable competitive pricing for GSA. The NAICS code applicable to this procurement is 236220. The contracting specialist will verify that offerors submitting proposals are certified to work within this NAICS code. Request for Proposals will be available via www.fedbizopps.gov on or about 5/24/2013. The proposal due date will be approximately 30 days after the issuance date. Telephone requests will not be accepted. This notice constitutes synopsis of the pre-solicitation notice and represents the government's official information on this project. To ensure that you receive all updates regarding this project, register at www.fedbizopps.gov and follow procedures for notification.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-13-CD-D-0018/listing.html)
 
Place of Performance
Address: WV & VA, United States
 
Record
SN03042765-W 20130424/130422234846-e9bbf4cfb84a0377bdbb7300a299210f (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.