Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2014 FBO #4443
MODIFICATION

Z -- SSC MATOC for Construction Services

Notice Date
1/21/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Services (10PCPB), 400 15th Street, S.W., Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-14-LT-R-0069
 
Response Due
2/17/2014 2:00:00 PM
 
Point of Contact
Judith E Tomlinson, Phone: (253)931-7657, Dawn M. Ashton, Phone: 253-931-7784
 
E-Mail Address
judy.tomlinson@gsa.gov, Dawn.Ashton@gsa.gov
(judy.tomlinson@gsa.gov, Dawn.Ashton@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) intends to award Multiple Award Task Order Contracts (MATOCs) for Construction Services. The scope includes design and construction efforts using Design Build (DB) and Design Bid Build (DBB) delivery methods for a broad range of general construction projects including but not limited to new construction; renovation; repair and alteration; demolition; and historical restoration of GSA owned or leased real property in the states of Oregon and Washington, specifically the I-5 corridor from Vancouver WA to Medford OR (R10 Southern Service Center (SSC) servicing area. Types of facilities may include, but are not limited to administrative buildings, courthouses, child care centers, warehouses, and land of port entry. This will be a firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a base period of 365 calendar days and four one-year options. GSA reserves the right to award multiple contracts in each major city. 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 Source Selection Technique. The government will consider past performance, technical factors and price as the basis for selecting awardees. The government anticipates awarding up to five (5) 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 (current prospectus level). The average size of projects ranges from $200,000 to $300,000. The Maximum Order Limitation (MOL) of the MATOC over the five year contract period is $15,000,000.00. There is no MOL per year. 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.acquisition.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 three (3) years. It is anticipated that the solicitation will be issued on or about January 15, 2014. The closing date for receipt of proposal submissions will be specified in the Request for Proposal (RFP). GSA will not maintain a manual list of interested firms. 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 in FedBizOpps as interested vendors and register to receive notification of updates. DO NOT SEND EMAIL REGISTRATION TO CONTRACT SPECIALIST OR CONTRACTING OFFICER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PCPB/GS-10P-14-LT-R-0069/listing.html)
 
Place of Performance
Address: 400 15th Street SW, Auburn, Washington, 98001, United States
Zip Code: 98001
 
Record
SN03271056-W 20140123/140121233809-6cdc3dbfe9f852cc76fd8a9ae2450d19 (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.