SOURCES SOUGHT
38 -- Central PA IDIQ Contract
- Notice Date
- 11/13/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
- ZIP Code
- 19107-3191
- Solicitation Number
- GS-03P-14-AZ-CENTRALPA
- Point of Contact
- Michael J. Toth, Phone: 2154464932
- E-Mail Address
-
michael.toth@gsa.gov
(michael.toth@gsa.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A market survey is being conducted to determine if there are adequate Woman Owned Small Business contractors for the following proposed work. The Pennsylvania section of the North Service Center identified a need for a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for repair and alteration construction services. This procurement is intended to procure a single award IDIQ contract for the continued servicing of Government owned and leased facilities throughout Central PA. The specific counties include, but are not limited to: Dauphin, Lycoming, Franklin, Tioga, Potter, Clinton, Centre, Blair, Somerset, Bedford, Huntingdon, Fulton, Adams, Lancaster, Lebanon, Perry, Juniata, Mifflin, Union, Snyder, Northumberland, Montour, Schuylkill, Berks, Cumberland and York. The contract will be a Firm Fixed Price (FFP) Single Award Indefinite Delivery Indefinite Quantity (IDIQ). The contract shall have a base period of one (1) year plus four (4) one-year option periods. The NAICS code applicable to this procurement is 236220. After award of the IDIQ contract, single award task orders will be awarded to the responsible offeror. The individual orders to be placed under the contract will range from approximately $2,500.00 to $150,000.00. A guaranteed minimum of $2,500.00 will be awarded for the base year only. 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. The use of Green products shall be addressed within the overall statement of work, as well as the individual task orders under these contracts. In addition, design work incidental to construction as well as design/build task orders will be considered when issuing Requests for Proposals (RFP's). The contract will be procured using SOURCE SELECTION procedures as identified in FAR 15.3. The best value concept will provide the Source Selection Evaluation Board (SSEB) the opportunity to make a best value (Price/Technical Trade-Off) analysis on the submitted proposal and the offeror's capability to perform. Offerors are informed that a selection and award may be made without discussions. Should there be a need for discussions, all offerors in the competitive range will be provided a reasonable opportunity to submit clarification data and revisions. Final proposal revisions will be requested and evaluated in accordance with the evaluation criteria set forth in the solicitation, and an award will be made to the responsive offerors who submit proposals providing the best value in terms of technical qualifications and price. If an award is made at a higher price, the source selection decision shall document the best value analysis that justifies the expenditure of additional funds. Unsuccessful offerors will be notified in writing and any requests for debriefings will take place upon written request. All evaluation factors relative to the contract award and their importance will be clearly stated within the solicitation. The technical evaluation factors are as follows: 1.) Past Performance 2.) Overall Corporate Experience 3.) Management Plan Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Woman Owned Small Business contractors should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be submitted electronically via e-mail to Michael J. Toth at Michael.Toth@gsa.gov on or before Monday December 02, 2013, 5:00 PM, EST
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03P-14-AZ-CENTRALPA/listing.html)
- Place of Performance
- Address: The Strawbridge Building, 20 N. 8th St., Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN03232993-W 20131115/131113235532-896869f7baf6c0eafbeda61e0d184533 (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 |