Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
MODIFICATION

Z -- General Services Administration South Service Center Construction IDIQ 2015

Notice Date
12/19/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center Branch (1PSM), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-14-BZ-D-0014
 
Response Due
12/17/2014 11:59:00 PM
 
Point of Contact
Kara Canty, Phone: (617) 565-5798, Justin Zagorski, Phone: 6175655822
 
E-Mail Address
kara.canty@gsa.gov, justin.zagorski@gsa.gov
(kara.canty@gsa.gov, justin.zagorski@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is issued by the General Services Administration (GSA) Public Building Service (PBS) Region 1 for an Indefinite Delivery/Indefinite Quantity (IDIQ), Construction Contract for the Region 1 South Service Center. The South Service Center is responsible for all federally-owned and leased buildings in Connecticut, Massachusetts, and Rhode Island (excluding the Boston Metropolitan area, Waltham, Andover and Haverhill, Massachusetts). The contract(s) will be for one (1) base year and four (4) option years. Awardees of this IDIQ contract will be required to provide all management, supervision, labor, materials, equipment, transportation, and disposal necessary for various as-needed repairs, alterations, renovations and construction to federally owned and leased facilities within the South Service Center's geographic area. The NAICS code for this requirement will be 236220. The small business size standard is a three-year average annual gross receipt of $36.5 million. This will be 100% set aside for small business. GSA expects to make up to five (5) awards under this single solicitation. The total amount of all contracts combined will not exceed $20,000,000.00 over the potential 5-year term of the contract. No individual task order will exceed $2,850,000.00. Individual task orders will range from $25,000.00 to $2,850,000.00. Minimum guarantee is $1,000.00 per individual contract. Individual task orders will be issued as needed under the contract for all work. Individual task orders will be competed amongst all successful awardees, unless an exception to fair opportunity exists. All awards will be firm-fixed-price and contain fixed percentages for profit, overhead, bond, insurance, and general conditions, and fixed hourly rates for Project Management and Site Supervision. All other costs, such non-supervisory labor and materials, shall be priced under individual Delivery Orders. A separate, current Davis-Bacon wage determination will be issued for each Delivery Order. The Government will award a Contract resulting from this Solicitation to the responsible offeror(s) whose offer, conforming to the Solicitation, will be the best value to the Government, price and other factors considered. In addition to Price, the following non-price factors (in descending order of importance) shall be used to evaluate offers: (1) Past Performance of the Firm(s); (2) Similar Experience of the Firm(s); (3) Technical Plan; (4) Socioeconomic Status. All evaluation factors other than price, when combined, are approximately equal to price. As technical proposals become more equal in merit, price becomes more important. Technical evaluation criteria are listed in descending order of importance (i.e., Past Performance is more important than Experience; Experience is more important than Technical Plan; Technical Plan is more important than Socioeconomic Status). For the purposes of this competition, a representative project has also been chosen and all prospective Offerors will be required to submit a proposal. The price submitted for this project shall be an additional basis for evaluation by the Government of the evaluation factor "price." This project may then become the first task order awarded under one (1) of the successful IDIQ contracts. For purposes of this solicitation the representative project that has been chosen is the Richard C. Lee U.S. Courthouse Basement Ceiling and Structural Remediation. The estimated price range for this task order is between $250,000 and $500,000. The period of performance for this work shall be seventy-five (75) calendar days from the date of Notice to Proceed. If awarded, award of the Representative Project will be made to the responsive and responsible Offeror that represents the best value to the Government, price and technical factors considered. The same technical factors that apply to the IDIQ portion of the solicitation will apply to the Representative Project. Technical factors, when combined, are approximately equal to price. In evaluating offers for award purposes, the Government will consider the submitted price for the Representative Project, as well as the firm-fixed price rates submitted, inclusive of the rates submitted for the Option Years. A pre-proposal conference and site visit regarding this Solicitation is scheduled as follows: Tuesday, November 18, 2014, 10:00 AM, Local Time GSA Conference Room, Room 120 Richard C. Lee U.S., Courthouse 141 Church Street New Haven, CT 06510 Pre-registration is required for all attendees to the pre-proposal Site Visit. The Site Visit shall be limited to not more than four (4) representatives from each Offeror. Offerors shall submit a list via e-mail identifying all attendees from their respective team. Submit the contract list to the point of contact listed below. Please submit this information by November 14, 2014. Vendors are highly encouraged to submit questions regarding the IDIQ Solicitation to the Contract Specialist, Kara Canty at kara.canty@gsa.gov by 4:30 PM on November 13, 2014. Questions will be answered at the pre-proposal conference. In order to be considered for award, offers conforming to the requirements of the Solicitation must be received at the following office no later than 2:00 pm local time on the following date and at the following address: Date: December 17, 2014, 2:00 PM, Local Time Address: U.S. General Services Administration 10 Causeway Street Boston, MA 02222 11th Floor Attn: Kara Canty, Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/GS-01P-14-BZ-D-0014/listing.html)
 
Place of Performance
Address: Connecticut, Massachusetts, and Rhode Island (excluding the Boston Metropolitan area, Waltham, Andover and Haverhill, Massachusetts), United States
 
Record
SN03601454-W 20141221/141219234910-6256d4c2930850022d016634034ce5b8 (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.