Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

Z -- Multiple Award Indefinite Delivery Indefinite Quantity Term Contract for General Construction Services in Norfolk and Richmond, VA Areas

Notice Date
12/18/2019 11:47:51 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0119R0060
 
Response Due
1/9/2020 11:00:00 AM
 
Archive Date
01/09/2021
 
Point of Contact
James Eckhardt, Phone: 215-446-5765, Shannon Quick, Phone: 2154465078
 
E-Mail Address
James.Eckhardt@gsa.gov, Shannon.Harris@gsa.gov
(James.Eckhardt@gsa.gov, Shannon.Harris@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The General Services Administration (�GSA�), Mid-Atlantic Region 3,� Public Building Services (�PBS�), Acquisition Management Division, intends to issue a Request for Proposal (�RFP�) for Indefinite Delivery Indefinite Quantity (�IDIQ�) Multiple Award Contract for Repair and Alteration construction services, inlcuidng design services, supporting Government owned and leased facilities throughout the Norfolk and Richmond, VA areas, including Independent Cities: Charlottesville; Norfolk; Chesapeake; Poquoson; Danville; Portsmouth; Fredericksburg; Richmond; Hampton; Suffolk; Harrisonburg; Virginia Beach; Lynchburg; and Norfolk; as well as Counties: Rockingham; Albemarle; Stafford; Spotsylvania; Hanover; Henrico; and Chesterfield.� GSA Region 3 PBS intends to award to small businesses no less than four (4), but no more than six (6), IDIQ contract awards for a base ordering period of one (1) year, with four (4) additional one-year�option periods, not to exceed a total of five years. The scope of the contract will be to provide:� 1.�construction services, including, but not limited to:� a.�general office renovation;� b.�interior construction;� c.�exterior construction repair;� d.�replacement and alteration work;� e.�wall partition construction; f.�modification and alteration of floor and wall mounted telephone, signal, and power outlets to include the modification of associated conduit;� g.�surface mounted raceway and various under floor duct systems; h.�installation of new and the alteration of existing power panels;� i.�carpet and carpet tile replacement;� j.�painting;� k.�HVAC duct work modification;� l.�door, door frame, and door set hardware installation;� m.�installation of various wall coverings and draperies; n.�communications cabling;� o.�grid ceiling and lighting installation and modification; p.�modification of existing building fire sprinkler systems;� q.�plastering and plaster repair work;� r.�sidewalk repairs/replacement;� s.�asphalt/concrete paving;� t.�ability to provide asbestos assessments and any environmental remediation work such as mold remediation, asbestos abatement, or lead abatement;� 2.�alteration services, including, but not limited to:� a.�electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing, cleaning, and sealing;� b.�roofing involving installation, repair and alteration, and removal;� c.�and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and d.�other task order related work; and 3.�Design work incidental to construction, as well as design/build work, are included. Description of Solicitation Amendment 0001�- Published 03 December 2019 A blank Request for Information Log may be found within the ""Attachments/Links"" section of this solicitation. Offerors shall utilize the Request for Information Log for all future RFI submissions.� All RFI submissions are due on Friday, 13 December 2019. The proposal due date remains the same at Monday,�30 December 2019. All RFI submissions shall be sent via electronic mail to both Jim Eckhardt, Contracting Officer and Shannon C. Quick, Contract Specialist at: Jim Eckhardt, Contracting Officer U.S. General Services Administration, Public Buildings Service Mid-Atlantic Region 100 South Independence Mall West Philadelphia, PA� 19106 Phone: 215-446-5765 Cell: 267-216-8367 Email:�James.Eckhardt@gsa.gov �� Shannon C. Quick, Contract Specialist U.S. General Services Administration, Public Buildings Service Mid-Atlantic Region 100 South Independence Mall West Philadelphia, PA� 19106 Phone: 215-446-5078 Email: Shannon.Harris@gsa.gov Please indicate receipt of this amendment as part of your offer as Amendment 0001. Failure to acknowledge all amendments may be cause for rejection of offer. All other terms and conditions shall remain the same. Description of Solicitation Amendment 0002 � Published 18 December 2019 1.� �The Solicitation for the Multiple Award Indefinite Delivery Indefinite Quantity Term Contract for General Construction Services in Norfolk and Richmond, VA Areas is hereby amended to include the following provision: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019).� a.� A signed copy of this Amendment 0002, with the required representation at FAR52.204-24(c) and disclosure required at FAR 52.204-24(d) (if applicable) shall be included with the Offer. It may be included within the �Representations and Certifications (C301) with the Volume II � Price Proposal. b.� The full text of the incorporated provision is provided below: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIOSN AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing � (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services�. (d) Representation. The Offeror represents that it�� �will, ���will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Offeror has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Offeror shall provide the following information as part of the offer � (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). Please see the attachment titled, Amendment 0002 � C201 � The Solicitation � Norfolk & Richmond GC IDIQ 12.17.19 for further information. 2.� �The Bid Sheet is revised. Please see the attachment titled Amendment 0002 � REVISED Bid Sheet Multiple Award IDIQ Contract Norfolk-Richmond 12.17.19. Per the Revised Bid Sheet, the following wage determinations are included: Amendment 0002 � Wage Determination � Norfolk County VA20190160 04.05.19, �and Amendment 0002 � Wage Determination � Sussex County VA20190166 09.06.19. � Offerors shall base their proposed coefficients for each area based on these wage determinations. For all future task orders issued against the express menu of services the most current wage determinations will be included at the time of task order solicitation and award.� 3.� �The responses to the Requests for Information are attached within the document titled, �Amendment 0002 � Requests for Information Responses 12.17.19.� 4.� �The due date and time for receipt of offers is changed to Wednesday, 09 January 2020 at 2:00 PM EST. All other terms and conditions shall remain the same. _______________________________ VENDOR������������������������������������������������������������������������������� ____________________________��������������������������������������������������������___________ AUTHORIZED PERSONNEL (Title)�������������������������������������������������������� DATE
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/55b4f6d19a66425f8acdc0aa4b5025c7/view)
 
Place of Performance
Address: VA, USA
Country: USA
 
Record
SN05520309-F 20191220/191218230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.