SOLICITATION NOTICE
Z -- Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract, DLA Distribution Susquehanna PA (DDSP), New Cumberland PA 17070
- Notice Date
- 4/23/2014
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-14-R-0014
- Point of Contact
- DONNA A KAUTZ, Phone: 717-770-6563
- E-Mail Address
-
donna.kautz@dla.mil
(donna.kautz@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DLA Distribution Susquehanna Pennsylvania (DDSP), New Cumberland PA 17070 has a requirement for the establishment of Multiple Award Indefinite Delivery Indefinite Quantity (ID/IQ) Construction Contract. The work to be performed under this contract vehicle will vary depending upon the type of individual projects (Task Orders) issued during the contract term. However, the following general work requirements can be used to describe, but should not be considered as limitations to the anticipated types of work to be performed: various construction/building related efforts to include, but not limited to industrial, recreational, general, alteration, maintenance, repair, design/build and new. All work shall be performed at DDSP, New Cumberland PA site. All work will be in accordance with individual task order requirements, specifications and drawings provided with each project. A complete general specification package will be provided when the solicitation is issued. The NAICS Code for this procurement is 236220. The small business size standard is $33,500,000. The tentative timeframe for issuance of the Request for Proposal (RFP) SP3300-14-R-0014 will be on or around the week of May 12, 2014. The solicitation will also establish the RFP due date and time. A pre-proposal Conference/Site Visit will be conducted. The exact date and time for this conference will be stated in the solicitation package. The solicitation will be issued as 100% Set-Aside for Small Businesses and will result in multiple awards. The contract ceiling is estimated at $20 million dollars. The acquisition strategy being proposed for this acquisition will result in a five (5) year multiple award ID/IQ contract in accordance with FAR 16.504. Individual task orders will identify the specific time frames required for completion of work. Time frames will be established based on the magnitude and complexity of the task order project. The Government anticipates award of no more than six (6) contracts. Depending on responses, socioeconomic awards may be made to Woman Owned Small Business (WOSB) and Service Disabled Veteran Owned Business (SDVOSB) concerns whose proposals are considered to be the most advantageous to the Government, providing sufficient qualified contractors present offers. All responsible small business firms may submit an offer. Award will be based upon a best value basis in accordance with FAR 15.101-2 Lowest Price Technically Acceptable Source Selection Process. The solicitation will provide the evaluation factors for award. The solicitation will also identify all information that a prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award. Also, an offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award. Each awarded contractor will be guaranteed a minimum of $5,000.00 during year one (1) of the contract. The minimum ordering limitation per task order will be $5,000.00. The maximum ordering limitation per task order will be $3,000,000.00 per year. Task orders will generally range between $50,000.00 and $300,000.00. Competition for issuance of task orders will be limited to awardees under this contract. Contractors selected for award will be given the opportunity to compete on individual task orders. An award of this initiative is anticipated to be around September 2014. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this acquisition should be directed to the Acquisition Specialist Donna Kautz at donna.kautz@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the FedBizOpps website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the proposal due date and must be acknowledged by the contractor. Failure to acknowledge amendments may render your proposal ineligible for award. To receive an award resulting from this solicitation, your company must be registered in the System for Award Management (SAM) Database. Reference FAR clause 52.204-7. SAM website is https://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-14-R-0014/listing.html)
- Place of Performance
- Address: DLA Distribution Susquehanna PA (DDSP), New Cumberland, Pennsylvania, 17070, United States
- Zip Code: 17070
- Zip Code: 17070
- Record
- SN03346577-W 20140425/140423235152-53f3b85b35ef745a6f92945b7516fc64 (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 |