Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2020 SAM #6719
SOLICITATION NOTICE

Z -- Multiple Award Indefinite Quantity/Indefinite Delivery (IDIQ) Contract with Design/Build Capabilities for West Virginia and Western Virginia

Notice Date
4/20/2020 6:30:47 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SERVICES PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0319R0011
 
Archive Date
10/15/2020
 
Point of Contact
Connor Eagan, Phone: 215-847-4702
 
E-Mail Address
connor.eagan@gsa.gov
(connor.eagan@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis: Multiple Award Indefinite Quantity/Indefinite Delivery (IDIQ) Contract with Design/Build Capabilities for West Virginia and Western Virginia MOL: $50,000,000.00 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 the provision of repair and alteration construction services, with design-build capabilities, to all locations, owned and leased, in West Virginia and the western half of Virginia. Performance Location: Government owned and leased facilities in the states of West Virginia (except for Ohio County) and the western half of Virginia (including the counties of Alleghany, Bland, Botetourt, Carroll, Craig, Dickenson, Floyd, Franklin, Giles, Grayson, Henry, Lee, Patrick, Pulaski, Roanoke, Russell, Scott, Smyth, Tazewell, Washington, Wise, and Wythe, and the independent cities in Virginia of Bristol, Covington, Galax, Martinsville, Norton, Radford, Roanoke, and Salem). 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. This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. ID/IQ contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government. Individual projects/task orders will range in value from the simplified acquisition threshold (currently $250,000.00) up to the prospectus limit (currently $3.095 million). Projects/task orders outside of this dollar range may also be competed among the ID/IQ awardees, if it is in the best interest of the government to do so. However, awardees have the option to decline any project/task order award in such case. Offerors will be required to provide a letter from their bonding company with their proposal submission demonstrating their bonding capacity of at least $3,095,000.00 per single project. This contract will be solicited as a one (1) year base contract with four (4) one (1) year option periods, for a total potential contract period of five (5) years. This contract vehicle will be utilized by the Region 3 West Virginia Field Offices including Government owned and leased facilities in the states of West Virginia (except for Ohio County) and the western half of Virginia (including the counties of Alleghany, Bland, Botetourt, Carroll, Craig, Dickenson, Floyd, Franklin, Giles, Grayson, Henry, Lee, Patrick, Pulaski, Roanoke, Russell, Scott, Smyth, Tazewell, Washington, Wise, and Wythe, and the independent cities in Virginia of Bristol, Covington, Galax, Martinsville, Norton, Radford, Roanoke, and Salem). Services will be required under these contracts on an as-needed basis. It is the government's intent to utilize the RS Means Building Construction Cost Book for line item pricing and will be used for the duration of the contract. 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. 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. This recommendation is supported by the results of market research and made in accordance with FAR 19.502?2(b)(1). 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 trade-off 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 firm(s) that represents the best value to the government. In accordance with FAR 15.404, price analysis will be used to determine price reasonableness and the offeror's understanding of the work requirements/line items (i.e. unreasonably high prices, as compared to other offers received and the Government Estimate, may indicate the offeror does not fully understand the requirements/line items 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). It will be available on or about April 22, 2019. 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. For additional information, visit the FedBizOpps website, www.fbo.gov or the SAM website, www.sam.gov. Offerors MUST be registered in the System for Award Management (SAM) database in order to participate in this procurement. The website for SAM is http://www.sam.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. The website for ORCA is http://orca.bpn.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. All questions must be submitted in writing either by email to the attention of Dan Langan (daniel.langan@gsa.gov) or Connor Eagan (connor.eagan@gsa.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fff36d53d887423eaf51e81e9120607d/view)
 
Place of Performance
Address: West Virginia and the Western half of Virginia, USA
Country: USA
 
Record
SN05626345-F 20200422/200420230143 (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.