Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
MODIFICATION

Z -- Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration with Design-Build and incidental Abatement for GSA/PBS Region 7

Notice Date
7/10/2018
 
Notice Type
Modification/Amendment
 
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
47PH0818R0004
 
Archive Date
10/31/2018
 
Point of Contact
Lee Ann White,
 
E-Mail Address
leeann.white@gsa.gov
(leeann.white@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The General Services Administration (GSA), Public Buildings Service (PBS), Region 7, intends to solicit proposals for new Indefinite-Delivery Indefinite-Quantity (IDIQ) multiple award contracts for Construction, Repair, and Alteration with Design-Build and incidental Abatement Services (up to $3,500,000 per Task Order). This requirement will be set aside exclusively for Small Business concerns. Performance Location: Counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7). General Description of Scope of Services: These contracts are to provide repair and alteration construction services. Design-build services and abatement services which are incidental to repair and alteration projects are also included. Construction and design-build services consist of interior and exterior building construction, and repair and alterations, including but not limited to: electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping which is incidental to repair and alteration, storm drainage, exterior renovations, demolition services, earthwork, pavement repair, and other miscellaneous civil work. The work to be performed under the terms of this contract includes, but is not limited to: renovations, wall partition construction, modification and alteration of floor and wall mounted signal and power outlets to be included in the modification of associated conduit, surface mounted raceway, and various underfloor duct systems; installation of new and the alteration of existing power panels; carpet and carpet tile installation; painting; HVAC ductwork modification and repair; door, door frame, and door set hardware installation; communications cabling; grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems; and other such related work which would be outlined in task order and job drawings. The design-build requirements of a project can include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering or alternate means and methods recommendations, identification of any problems or errors in the design documentation, consultation/coordination with GSA during construction document production, project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest. Abatement when incidental to construction can include asbestos, lead, mold, and polychlorinated biphenyls (PCB). This requirement is set-aside 100% for small business concerns. The NAICS code for this procurement is 236220 with a size standard of $36.5 million. All responsible firms may submit an offer when proposals are requested. This PBS Region has been organized into thirteen geographic zones. Awards will be staggered by zone, potentially two zones at a time. These will be fixed-price contracts. All work to be acquired under the contracts will be accomplished by the issuance of individual task orders. The individual task orders to be placed under the contracts will range in dollar value from approximately $2,000 to $3,500,000; however, project values will NOT be equally spread over this range. The Maximum Order Limitation (MOL) for a contract which is primary in only the Small Projects Pool shall be $1,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. The Maximum Order Limitation (MOL) for a contract which is primary in only the Large Projects Pool shall be $4,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. A contract which is primary in both project pools will have a MOL of $5,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. These contract vehicles may be used by both GSA Regional and Field Office personnel. These contracts will be solicited as one (1) year contracts, with four (4) separate one (1) year option periods, for a total potential contract period not to exceed five (5) years. Facilities covered under the scope of this contract include Government owned and leased facilities in counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. Services will be required under these contracts on an as-needed basis, up to a single task order limit of $3,500,000. Task orders will be prepared based on defined statements of work for specific projects and issued as fixed-price task orders. The base IDIQ contracts will be acquired using Source Selection procedures as identified in FAR 15.3 with fixed-price awards to the offerors who provide the best value to the Government. Offerors will be evaluated based on technical merit and price proposals. For this procurement, non-price factors, when combined, are significantly more important than total evaluated price. As proposals become more equal in their technical merit, price becomes more important. The tradeoff process under the best value approach will be used. The technical evaluation factors in order of importance are: 1. Past Performance and 2. Hypothetical Projects. The Government's intent is to award up to six (6) IDIQ contracts per zone, to offerors who submit a proposal which will provide the best value to the Government in terms of technical qualifications and price; however, the Government reserves the right to award more or fewer contracts per zone as determined to be necessary. 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. The solicitation package (forms, clauses, provisions, and other attachments) will only be available electronically on the FBO website. It will be available on or after July 14, 2018. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. A pre-proposal meeting will be conducted, the date and time to be identified in the solicitation package. All information, amendments and questions concerning this solicitation will be electronically posted at the following site: http://www.fbo.gov. In order to participate in this procurement, offerors MUST be registered in the System for Award Management (SAM). There is no fee to register for this site. Interested firms are required to submit their annual representations and certifications through the SAM website. User guides and webinars are available under the Help tab. The website for SAM is http://www.sam.gov. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. The solicitation and associated information will be available from the fbo.gov website mentioned above. **No telephone requests or questions will be accepted.** This solicitation is not a sealed bid procurement and there will not be a formal public bid opening. All inquiries must be in writing and will be available on the aforementioned FBO posting. All answers will be provided in writing and will be available on the aforementioned FBO posting. Offerors will not be reimbursed for proposal submittal expenses. NO CAPABILITY STATEMENTS, RESUMES, INTRODUCTORY EMAILS, OR OTHER CORRESPONDENCE SHOULD BE SUBMITTED AT THIS TIME. DISCLAIMER: The official solicitation package will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the fbo.gov website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/47PH0818R0004/listing.html)
 
Place of Performance
Address: All counties and parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas., United States
 
Record
SN04984646-W 20180712/180710230928-4a612d9a36a0858a3d29c0d06e77cbdd (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.