SOLICITATION NOTICE
Y -- National Multiple Award Construction Contract
- Notice Date
- 9/6/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- BIA CENTRAL 00016 12220 Sunrise Valley Drive Contracting Office Reston VA 20191 US
- ZIP Code
- 00000
- Solicitation Number
- A17PS00321
- Point of Contact
- Mosley, Carla
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION NOTICE “ A17PS00321 TITLE: National Multiple Award Construction Contract GENERAL: The Department of the Interior (DOI), Bureau of Indian Affairs (BIA) will be soliciting proposals from Total Small Business firms having the capability to perform the work described below. This is a PRESOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued via this announcement on or around October 2, 2017 on FedConnect and FedBizOpps. Responses will be due approximately 30 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. The entire solicitation package will have all attached documents will be available in Adobe PDF and/or Microsoft Word. Any specifications and drawings will be available in Adobe PDF and/or Microsoft Word. PROJECT DESCRIPTION: This acquisition is for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract using the śNational Multiple Award Construction Contract ť (NMACC) method, reference FAR Part 16.504(c), for construction and modular/offsite design-build projects at various locations across the Continental United States and Indian Country. The Contractor shall furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation, except otherwise specified herein, necessary to perform various repairs, alteration, construction and demolition work to BIA facilities. The scope of work may include, but is not limited to, new construction, modular construction, offsite design build construction, building renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding and masonry, installation of renewable energy source technologies; optimizing operations of existing equipment; advanced utility meters; and network integration of building automation and control equipment. Contractor may be provided full-blown plans and specifications, sketches, no design or may be required to do design build. Depending on the work to be accomplished on each task order, additional prescriptive Unified Facilities Guide of Specifications (UFGS) will be added to each task order. PROJECT LOCATION(S): The work shall be for various buildings and facilities across the Continental United States (CONUS) and Indian Country. MAGNITUDE: The maximum aggregate value of the seven contracts will be a total of $500 Million for all periods; individual task orders shall range from $25,000 to $30,000,000. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a multiple award, Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) contract with FFP task orders to meet this requirement. The government anticipates awarding approximately seven (7) contracts. This negotiated FFP contract will be awarded requiring submission of a technical, past performance and price proposal. The tradeoff process is selected as appropriate for this acquisition. The Government will consider it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. SET-ASIDE TYPE: This is a competitive total small business set-aside acquisition. All responsible sources may submit a proposal for consideration in accordance with these and other terms and conditions of the anticipated solicitation. NAICS CODE: The primary NAICS Code for this project is 236220 “ Commercial and Institutional Building Construction with a small business size standard of $36.5 Million. DURATION: The contract performance period is anticipated to be for One (1) Year Base Period, plus four (4) “ One (1) Year Option Periods. ADDITIONAL INFO: You are required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Online Representations and should be filled out in SAM.gov. For questions please contact via email the Contract Specialist, Carla Mosley at Carla.Mosley@bia.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00321/listing.html)
- Record
- SN04662943-W 20170908/170906232048-86e573259cd96a5b9400dced766a9ae5 (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 |