Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2018 FBO #5886
SOLICITATION NOTICE

Z -- Northern VA Micro Term IDIQ

Notice Date
1/2/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division South (47PD02), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
47PD0217R0010
 
Archive Date
3/9/2018
 
Point of Contact
Patrick Spellman, Phone: 2156061755
 
E-Mail Address
patrick.spellman@gsa.gov
(patrick.spellman@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Multiple Award IDIQ Term Contract for General Constriction Repair and Alteration Services. Maximum Order Limitation (MOL): $2,000,000.00 The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for a new Indefinite Delivery Indefinite Quantity (IDIQ) multiple award term contract for general construction repair and alteration services within the range of $2,000.00 to $150,000.00. Performance Location: The geographic scope will include the following counties of Northern Virginia: Alexandria, Arlington, Fairfax, Loudoun, and Prince William. General Description of Scope of Services: This contract is to provide repair and alteration construction services. The NAICS code for this procurement is 236220 (Commercial and Institutional Building Construction) with a small business size standard of $36.5 million. The individual task orders to be placed under the contract will generally range in the dollar value of $2,000.00 to $150,000.00. The work to be performed under this IDIQ contract would include, but is not limited to: general office renovation, interior construction and building exterior repair, replacement and alteration work; wall partition construction, modification and alteration of floor and wall mounted telephone, signal, and power outlets to include 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; installation of various wall coverings and draperies; communications cabling; grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repair/replacement, asphalt/concrete paving; alterations including but not limited to electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, repointing, cleaning, sealing, earthwork, miscellaneous drainage structures such as culverts and headwalls, pavement repair and construction and other miscellaneous minor civil work items; Roofing involving installation, repair and alteration, and removal of all types; and paving relevant to property and roads owned, leased or otherwise controlled by GSA, or other Federal authorized agencies; and other such related work. The MOL shall be $2,000,000.00 aggregate for all task orders for the entire term of the contract. The $2,000,000.00 MOL will not be separated equally per awardee. Each contractor on the IDIQ will be able to bid on any task order, regardless of how much work has been completed previously by the contractor on the IDIQ. The minimum guarantee for this contract is $2,500.00 per contractor for the base year. There is no guaranteed minimum for any option years. This contract will be solicited as a one (1) year base contract with two (2) one (1) year option periods, for a total potential contract period of three (3) years. This contract vehicle will be utilized by the Government for work on Government owned and leased facilities located throughout the northern Virginia counties of Alexandria, Arlington, Fairfax, Loudoun, and Prince William. The government's intent is to award to approximately three (3) to five (5) offerors who submit proposals which will provide the best value to the government in terms of technical qualifications and price. A seed project for the Bostetter Courthouse Parking Lot Resurfacing, located at 200 S. Washington St. Alexandria, VA. 22314, will be part of this solicitation. Each proposal must include a pricing proposal for this project based upon a Scope of Work that will be included in the solicitation. The Government intends to make award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. This procurement is a Total Small Business Set Aside, with one (1) contract reserved for a Woman Owned Small Business (WOSB) concern. The government has the right to award more than one contract to a WOSB concern if it is determined they represent the best value to the government in accordance with the source selection criteria. The government will only meet this concern if a proposal is received from a WOSB concern that is responsive, responsible, and receivs an overall technical score of "Acceptable", or greater, and represents a fair and reasonable price. If it is determined that no WOSB offeror proposes an acceptable proposal at fair and reasonable price, a WOSB concern will not be recommended for an award and the government will no longer be bound to make an award to this concern. Offerors will be evaluated based on technical merit and price proposals. The selected firms will be competitively chosen in accordance with the Federal Acquisition Regulations and source selection procedures using the Best Value tradeoff process. For this contract, technical factors, when combined, are significantly more important than price. A solicitation will be issued requesting offerors to submit in writing both a technical and a price proposal by the offer due date and time. Responsive offers will be evaluated on technical capability and price. The award will be made to the firms that represent the best value to the government. In accordance with FAR 15.404, price analysis will be used to determine price reasonableness and the offerorr's understanding of the work requirements (i.e. unreasonably high prices, as compared to other offers received and the Government Estimate, may indicate the offeror does not comprehend the requirements of the RFP) and the ability to perform the contract. The complete solicitation package will only be available electronically on the FedBizOpps website (www.fbo.gov) on or around January 16, 2018. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential Offerors must register on the FedBizOpps website to have access to solicitation material. Firms must also be registered with System for Award Management (www.sam.gov). For additional information, visit the FedBizOpps website, www.fbo.gov or the SAM website, www.sam.gov. All questions must be submitted in writing by email to the attention of Patrick Spellman (patrick.spellman@gsa.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/47PD0217R0010/listing.html)
 
Place of Performance
Address: The geographic scope will include the following counties of Northern Virginia: Alexandria, Arlington, Fairfax, Loudoun, and Prince William., Virginia, United States
 
Record
SN04779420-W 20180104/180102230919-23e5c4f1ee5def2848ea1d057877ada5 (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.