SOURCES SOUGHT
Z -- Multiple Award Indefinite Delivery Indefinite Quantity Task Order Contract for Construction, Repair, and Alteration, with incidental Design-Build and Abatement for GSA/PBS Region 7 - Sources Sought Response Form
- Notice Date
- 8/18/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management Program Support Branch (47PH08), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- 47PH0817R0003
- Archive Date
- 9/27/2017
- Point of Contact
- Lee Ann White, , Carolina D. McGillick,
- E-Mail Address
-
leeann.white@gsa.gov, carolina.mcgillick@gsa.gov
(leeann.white@gsa.gov, carolina.mcgillick@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Region 7 Geographical Map Sources Sought Past Performance Questionnaire draft Sources Sought Evaluation Criteria draft Sources Sought Statement of Work Sources Sought Response Form SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY: This is a request for information/market research to provide data for planning purposes ONLY. This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. Note: the potential acquisition in this sources sought is subject to change before a solicitation is issued, if any. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Woman-Owned, and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete for and perform Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Construction & Repair/Alterations with Design/Build capabilities. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (236220) should not submit a response to this notice. In any joint venture or teaming arrangement, the Offeror of record must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All potential respondents are reminded that at least fifteen percent (15%) of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(c)(3) - Limitations on Subcontracting. The Small Business size standard for NAICS code 236220 is $36.5 million dollars in average annual receipts over the past three years. This Sources Sought encourages maximum participation of interested Small Business companies. Prior Government contract work is not required for submitting a response under this sources sought synopsis. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government. The Government anticipates award of multiple IDIQ Contracts with firm fixed prices for a base one-year period of performance and four (4) one-year option periods, for a total contract performance period not to exceed five (5) years. These contracts are to provide repair and alteration services; design and/or abatement incidental to construction are also included. The primary location of performance is GSA Region 7, which is made up of the following states: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. These states are divided into thirteen (13) zones, and each zone will have two (2) pools: the Small Project Pool and the Large Project Pool. The Simplified Acquisition Threshold (SAT) is currently $150,000. The anticipated IDIQ contracts will have a Maximum Order Limitation (MOL) per year for each zone and pool as shown in the table below. The MOL is NOT a forecast of anticipated obligations under these contracts for any period or zone, but is merely the maximum that is authorized to be ordered against any single IDIQ contract per period of performance (aggregate value of all task orders issued that period). A contractor can theoretically be awarded IDIQs in more than one zone, for either one or both pools per zone, if they submit a successful proposal for each zone and pool for which they are interested. All zones and pools will serve as secondary sets of contracts that can be used throughout the 5-state region. Zone Small Project Pool Large Project Pool Arkansas $1,000,000 $4,000,000 Austin $1,000,000 $4,000,000 Border El Paso $1,000,000 $4,000,000 Border McAllen $1,000,000 $4,000,000 Border San Antonio $1,000,000 $4,000,000 Dallas to Shreveport$1,000,000 $4,000,000 Fort Worth $1,000,000 $4,000,000 Houston $1,000,000 $4,000,000 Louisiana $1,000,000 $4,000,000 North New Mexico $1,000,000 $4,000,000 West Oklahoma $1,000,000 $4,000,000 Tulsa to Fayetteville $1,000,000 $4,000,000 West Texas $1,000,000 $4,000,000 See the Sources Sought Statement of Work and other attachments for details about the proposed contracts and potential evaluation method. Note: the Statement of Work and other attachments are subject to change before the solicitation is issued, if any. If qualified and interested, please submit the completed response form (maximum of 5 total pages, single sided). Each response shall be reviewed by a Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. In any joint venture or teaming arrangement, the Offeror of record must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. Prime contractors doing business with the Federal Government (including Joint Ventures) must be registered in the System for Award Management (SAM) database at www.sam.gov. Responses must be submitted to this office by email no later than 5:00 PM Central Time on September 12, 2017. Submit the completed response form via email to both: leeann.white@gsa.gov and carolina.mcgillick@gsa.gov. Facsimile, mailed responses, and phone calls will NOT be accepted. Please submit questions via email no later than 5:00 PM Central Time on August 30, 2017. All prospective offerors are responsible for monitoring fbo.gov for the release of all other information pertaining to the synopsis and future solicitation, if any.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/47PH0817R0003/listing.html)
- Place of Performance
- Address: Multiple locations across GSA PBS Region 7: Arkansas, Louisiana, New Mexico, Oklahoma, and Texas., United States
- Record
- SN04636782-W 20170820/170818232209-e9eff86a692274640c039dcf85e001e6 (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 |