MODIFICATION
Z -- Multiple Award, Indefinite Delivery/Indefinite Quantity (IDIQ) for WV & VA
- Notice Date
- 6/28/2013
- 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
- 8/21/2013
- 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
- Total Small Business
- 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. 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 Government owned and leased facilities throughout West Virginia (except for Ohio County) and the counties in Virginia of Alleghany, Bland, Botetourt, Carroll, Craig, Dickenson, Floyd, Franklin, Giles, Grayson, Henry, Lee, Patrick, Pulaski, Roanoke, Russell, Scott, Smyth, Tazewell. Washington, Wise, and Wythe and the independent cities in Virginia of Bristol, Covington, Galax, Martinsville, Norton, Radford, Roanoke and Salem and for some alteration work to the United States Courthouse in Abingdon, VA. 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 work of this contract is to provide: Construction Services including but not limited to the following: •1) Major site improvements such as: •a. Upgrades to plaza areas with decorative concrete or pavers •b. Upgrades to landscaping •c. Reinforced concrete features involving: • i. Stairs • ii. Elevated slabs • iii. Retaining walls • iv. Perimeter security projects involving integral bollard systems, crash gates and barrier fencing. •2) General office renovations including: •a. Demolition •b. Installation of metal stud partitions, hollow metal frames and doors, gypsum wallboard, act, vct, carpeting (rolled & tiles), ceramic tile, painting/wall covering and standard mechanical and electrical upgrades. •3) High-end renovations involving the added scopes of work of: •a. Custom millwork, standing/running ornamental wood trim, tray ceilings(gypsum/plaster), resinous/epoxy/terrazzo flooring systems, historical replications of doors, windows and lighting fixtures. •4) Building envelope renovations involving: •a. Complete replacement of existing roofing system, façade restorations (cleaning, re-pointing, caulking), window replacements/upgrades and below grade foundations waterproofing systems. •5) Major renovations and upgrades to large conveying and mechanical systems such as: •a. Elevator replacements, fire protection systems, boilers, chillers, cooling towers, AHU replacements including associated piping networks, pumping stations, & BAS monitoring systems. •6) Electrical systems involving main building electrical services: •a. Transformers, switch gear, main service & feeder panels, emergency generators, fire alarm and security systems. This procurement will be set aside for all 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 Officer will verify that offerors submitting proposals are certified to work within this NAICS code. Award will be a firm fixed price contract and the procurement method will be a competitive negotiated Request for Proposal (RFP). Source Selection Procedures as identified in FAR PART 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical evaluation and price factors. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. The technical evaluation factors for the evaluation process are, in descending order of importance: 1. Past Performance on Relevant Projects, 2. Management Plan and 3. Project Specific Knowledge. The NAICS code applicable to this project is 236220 with a small business size standard of $33.5 million. This procurement is being solicited as Total Small Business Set-Aside acquisition and is open to all interested small businesses. Offerors are encouraged to put forth their best offer as the Government reserves the right to make an award based upon initial offerors. This announcement also constitutes the synopsis of the pre-invitation notice. All projects will be performed in or around federal owned or lease properties under the control of GSA, or other authorized Federal Agencies. All qualified general contractors must be licensed, insured and bonded with permanent office locations within the geographical area of West Virginia and Southwestern Virginia region or in lieu possess an organizational plan and structure which demonstrates the firm's ability to successfully perform multiple projects in this regional area. Also, all contract personnel will be required to receive a suitability determination background security clearance authorizing access to Federal Property as determined by the department of Homeland Security Presidential Directive-HSPD #12. The subject solicitation includes Sensitive But Unclassified Building Information (SBU). Therefore the solicitation (specifications, drawings, clauses and proposal forms) can only be obtained by accessing FedBizOpps securely. Potential offerors will be responsible for downloading the solicitation (specifications, drawings, clauses and proposal forms) and for monitoring the website for possible amendments and/or additional information. Upon downloading the solicitation, contractors shall familiarize themselves with the safeguarding, dissemination, destruction and disposal of SBU information as described in the contract clause, "Safeguarding and Dissemination of Sensitive But Unclassified (SBU) Building Information", contained in the solicitation documents. Contractors are reminded that any SBU information obtained must be destroyed when no longer needed. Contractors that obtain SBU information must notify the Contracting Officer that all SBU building information has been destroyed by the contractor and its subcontractors or suppliers. Request for Proposals will be available via www.fedbizopps.gov on or about 7/05/2013. 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. A Pre-proposal conference will held at 1:30 PM on 07/24/2013 at the Abindgon Federal Building at 180 West Main Street Abingdon, VA 24210. PRIOR NOTIFICATION of attendance to this conference is MANDATORY due to building security. Please email your Company name and all potential attendees full names. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. The purpose of this conference is to provide a briefing on the Source Selection contracting concept and the general nature of the Scope of Work so that offerors can ascertain the general conditions that can materially affect their technical submission and price proposal. This conference will be followed by a walk-through of the proposed construction site. The GSA technical personnel will be present to provide limited answers to some questions. All questions must be submitted in writing and answered in an amendment to the RFP.
- 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 & Southern counties of VA, United States
- Record
- SN03102750-W 20130630/130628234648-e3561d4d85e764becbda7610c0446aa9 (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 |