Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2013 FBO #4366
SOLICITATION NOTICE

Z -- ESC MATOC for Construction Services

Notice Date
11/5/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
10PCQ-14-0006
 
Point of Contact
Chad O'Brien, Phone: 253-931-7157, Dawn M Ashton, Phone: 253-931-7784
 
E-Mail Address
chad.obrien@gsa.gov, dawn.ashton@gsa.gov
(chad.obrien@gsa.gov, dawn.ashton@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) intends to award a Design Build (DB), Design Bid Build (DBB), Multiple Award Task Order Contract (MATOC). This will be a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a base period of 365 calendar days and three one-year options. The MATOC is for design and construction efforts at various GSA facilities supported by the GSA Region 10, Eastern Service Center located in Spokane, WA. Projects will be in Eastern Washington, Eastern Oregon, and Idaho. GSA reserves the right to award multiple contracts in each major area. The solicitation for the MATOC will be restricted to small businesses. All other firms are deemed ineligible to submit offers. The acquisition will be conducted in accordance with FAR 15, Negotiated Procurement using the Best Value Trade-off Process. The government will consider past performance, technical factors and price as the basis for selecting awardees. The government anticipates awarding up to ten (10) contracts to those firms whose proposals are determined to be the most beneficial to the government. Subsequent (individual) task orders will be awarded pursuant to FAR 16.505 - Ordering, and in accordance with the task order terms and conditions including the designated Statement of Work. Individual task orders awarded against the MATOC will be competed among other IDIQ awardees and will vary in anticipated size ranging from a minimum of $2,000.00 to maximum of $2,729,000.00. The average size of projects is estimated to be $250,000.00 GSA intends to issue all documents to include the initial solicitation, amendments, clarifications letters and other applicable documents electronically. Offerors are solely responsible for obtaining solicitation documents from the Federal Business Opportunities (FedBizOpps) website (http://www.fbo.gov). Hard copies of the solicitation will not be provided. Offerors must be registered in System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR), in order to be eligible to receive an award from this solicitation. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.sam.gov. If submitting as a joint venture, the joint venture entity must be registered in SAM in order to be eligible to receive an award from this solicitation The applicable North American Industry Classification System (NAICS) code for this acquisition is 236220 - Commercial and Institutional Building Construction. The small business size standard for this code is $33.5 Million in average revenue over the past 3 years. It is anticipated that the solicitation will be issued on or about December 2, 2013. Prospective contractors are responsible for monitoring the FedBizOpps website for any changes or updates. It is highly recommended that, while viewing this synopsis on FedBizOpps, contractors register as interested vendors and register to receive notification of updates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/10PCQ-14-0006/listing.html)
 
Place of Performance
Address: Eastern Washington, Eastern Oregon, Idaho, United States
 
Record
SN03228573-W 20131107/131106001521-934bdd6d2b2c029be211a791da26275b (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.