Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2014 FBO #4466
SOLICITATION NOTICE

Z -- IDIQ General Construction, Repair & Alteration Services for the Austin Zone - SOLICITATION GS-07P-13-HH-D-0063

Notice Date
2/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-13-HH-D-0063
 
Point of Contact
Carolina D. McGillick, Phone: 817-850-5579, Becky G Clark, Phone: (817)978-7103
 
E-Mail Address
carolina.mcgillick@gsa.gov, becky.clark@gsa.gov
(carolina.mcgillick@gsa.gov, becky.clark@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Representations and Certifications for Austin Zone (C301). REGION 7 SPECS revised 10-28-13. GSA REGION 7 CONSTRUCTION LINE ITEMS 2013 (PRICING FORM). Solicitation package for Austin Zone. The General Services Administration (GSA), Greater Southwest Region 7, Acquisition Management Division, is issuing this Request for Proposal (RFP) for Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts for repair, alteration, and construction services for the Austin, TX Zone. This Zone includes the following counties in the state of Texas: Bastrop County, Bell County, Blanco County, Bosque County, Burleson County, Burnet County, Caldwell County, Coryell County, Falls County, Freestone County, Gillespie County, Hamilton County, Hays County, Hill County, Lampasas County, Lee County, Leon County, Limestone County, Llano County, Mason County, McCulloch County, McLennan County, Milam County, Mills County, Robertson County, San Saba County, Travis County, Williamson County. The secondary performance area is the Contiguous United States. The multiple award IDIQ contracts shall be for a period of one (1) year, with provision to exercise options for four (4) additional one year periods, not to exceed a total of five years. Multiple awards will be made with each awardee being guaranteed a minimum of $2,000 for the base year only. The minimum ordering limitation per task order will be $2,000. The maximum ordering limitation of each contract is up to $2,000,000 per year. The work to be performed under the terms of this contract include, but is not limited to: general construction, as follows: renovations, general construction services including wall partition construction, modification and alteration of floor and wall mounted telephones, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway, and various under floor duct systems; installation of new and the alteration of existing power panels; carpet and carpet tile installation; painting; HVAC duct work modification and repair; door, door frame, and door set hardware installation; communications cabling; grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems; and other such related work which would be outlined in task order and job drawings. This requirement is 100% set-aside for Small Business concerns. The North American Industry Classification System (NAICS) codes for this work is 236220, small business size standard is $33.5 million. All responsible firms may submit an offer. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. A firm fixed price contract will be awarded to the firms offering the best value to the Government. Non-price technical evaluation factors when combined are significantly more important than price. The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a)); therefore, the Offeror's initial proposal should contain the Offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Evaluation criteria are listed in descending order of importance: 1. Management Plan 2. Experience 3. Past Performance 4. Quality and Accuracy of Hypothetical Proposal. The Offeror will need to respond to a hypothetical scenario to demonstrate intent and breadth of knowledge and understanding of the requirements for planning, organizing and controlling the execution of any resultant task order. 5. Qualifications and Experience of Key Personnel 6. Evidence of Local Office (within the zone or within a 50-mile radius of the zone). A pre-proposal meeting will be conducted, the date and time to be set-forth in the solicitation package. Interested firms are encouraged to attend the pre-proposal conference. Seating at the Austin location is limited; please only one representative per firm to attend in person. As per instructions on the solicitation package, pre-registration is encouraged. A virtual meeting will be also available, e-mail Carolina.mcgillick@gsa.gov for log on information. The solicitation closing date will be around 40 days after the issuance of the solicitation package. The actual date and time will be identified in the solicitation (see cover sheet of the attached package). All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: http://www.fbo.gov. Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site at https://www.sam.gov or by contacting the SAM Service Desk at http://www.fds.gov. Interested firms are required to submit their representations and certifications through the SAM website. The solicitation and associated information will be available from the FBO site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. DISCLAIMER: The official solicitation package and technical specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-13-HH-D-0063/listing.html)
 
Place of Performance
Address: Austin and surrounding counties., Texas, United States
 
Record
SN03288559-W 20140215/140213234306-1756b09f205e52b12889cca8cb2cb5fd (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.