Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
MODIFICATION

Z -- GSA Region 10 Job Order Construction Contract (JOCC) Synopsis

Notice Date
5/11/2020 3:47:39 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
Region10JOCC_Synopsis
 
Response Due
5/26/2020 9:00:00 AM
 
Archive Date
06/10/2020
 
Point of Contact
Larissa Ortmann, Phone: (253) 931-7508, Jessica Campbell, Phone: (253) 736-4678
 
E-Mail Address
larissa.ortmann@gsa.gov, jessica.campbell@gsa.gov
(larissa.ortmann@gsa.gov, jessica.campbell@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Small Business Total Small Business Set-Aside GSA Northwest/Arctic Region (Region 10) Job Order Construction Contract (JOCC). Geographic coverage in Washington, Oregon and Idaho State. Pre-Solicitation Notice � The General Services Administration (GSA), Public Buildings Service (PBS), Northwest/Arctic Region (Region 10), Acquisition Division (10PQ), 400 15th Street SW, Auburn WA 98001. GSA Field Offices are located in the cities of Spokane, WA, Boise, ID, Seattle, WA, and Portland, OR. The solicitation number is 47PL0020R0004. The North American Industry Classification System (NAICS) Code for this project is: 236220; Commercial and Institutional Building Construction and the size standard of $39.5 million in average annual receipts. The Product Service Code is Z2AA, Repair or Alteration of Office Buildings. This procurement is set aside completely for Total Small Business Set-aside in accordance with FAR 19.501. All responsible sources may submit a proposal which shall be considered by the agency. The GSA, PBS, Region 10 has recurring non-complex construction projects through the states of Washington, Oregon, and Idaho. This solicitation may result in one or more single IDIQ awards utilizing the Job Order Construction Contract (JOCC) project delivery method. For the purposes of this action the GSA has determined that the technical specifications and associated unit cost book will be the �RS MEANS� Facilities Cost of Construction (FCC). Interested Offerors will submit �proposal factors� that are a plus or minus of 1.00 to be applied to the unit costs as stated in the applicable FCC. Offerors are responsible for obtaining a working copy of the RS MEANS FCC unit price book and any resultant revisions as incorporated on an annual basis for any exercised option years. This is a single solicitation for three (3) single IDIQ awards. The solicitation will result in the award of three discrete geographical areas, as identified below: Zone 1 (Eastern WA, and Idaho): This zone includes the eastern area of Washington state and Idaho. This includes, but is not limited to, federal and leased facilities located in or near the cities of Spokane, Danville, Curlew, Laurier, Oroville, and Metaline Falls, WA, and Boise, Lewiston, Eastport and Porthill, ID. This encompasses an area within Washington States from the northern end to the northeastern central area, as well as, from the north end of Idaho along the border with Canada all the way south to Boise. Zone 2 (Western OR): This zone includes, but is not limited to, federal and leased facilities located in or near the cities of Portland, Eugene, and Medford. This encompasses an area on the western side of the state from the north (Portland) to the south (Medford). Zone 3 (Western WA): This zone includes, but is not limited to, federal and leased� facilities located in or near the cities of Auburn, Tacoma, Seattle, Bothell, Port Angeles, Blaine, Lynden Sumas, and Point Roberts, WA. This encompasses an area within Washington from the northwestern border with Canada, down to the metro-Seattle area and over to the Olympic Peninsula. The acquisition milestones for this procurement are anticipated to be: Synopsis � May 5, 2020 RFP Issuance � on or around May 26, 2020 Pre-proposal Conference �on or around June 10, 2020 Proposals Due � July 7, 2020 Award Issuance � August 14, 2020 GSA anticipates the award of as many as three (3) IDIQ contracts for construction services. A single Offeror may propose on one or multiple zonal locations. An Offeror selected for two or more zonal locations will receive a single contract with each zonal area identified by discrete CLIN numbers. All responsible sources may submit a proposal which shall be considered by the agency. The period of performance is five (5) years and is structured using a conventional base year plus four, (12) twelve month, option periods. Task Orders will be solicited and awarded to the single vendor based on zonal location. �� The total estimated�contract maximum value (CMV) per single JOCC IDIQ is: $4 million. The estimated annual contract spend, per individual JOCC IDIQ, is estimated to be: $750,000. The maximum single task order contract award is limited to: $150,000 per order. The estimated range for single task order contract awards is between: �$10,000-$50,000. The government makes no representation as to the number of Task Orders or actual amount of work to be ordered, however, a minimum of $3,000 is established as the minimum guarantee for the placement of the contract. This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for construction in accordance with FAR Part 23. Proposal submission instructions will be included in the solicitation package. Work to be accomplished under individual task orders includes construction of interior and exterior projects on behalf of the GSA. GSA is the federal owners� representative for other federal agencies who rent office space from GSA. Downstream construction efforts will occur in Class A and Other Than Class A office space. Projects will also include Land Port of Entry (LPOE) facilities along the U.S. Border in the state of Washington. Work will occur typically in fully occupied facilities with the majority of work occurring after hours. These projects are subject to Homeland Security Presidential Directive (HSPD) 12 Security Clearance Procedures. Some projects will include Sensitive But Unclassified (SBU) information which requires document control procedures throughout the project life cycle. Construction efforts will be performed by General Construction contractors and associated trades, including but not limited to Mechanical, Electrical, and Plumbing.� Interested offerors must be registered in Systems for Award Management (SAM). To register go to: https://sam.gov/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The IDIQ contracts awarded and task orders issued as a result of this solicitation will include Buy American Act clauses. As a result, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Solicitation documents will be available electronically on or about May 26, 2020 at the following website: https://beta.sam.gov INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. No telephone or facsimile requests will be accepted. ************************************************************************************* If you have a specific question(s) regarding this synopsis please fill out the Google Form (link provided below under Attachment/Links) and send to GSA. Contracting Office: General Services Administration Public Buildings Service, R10 400 15th Street SW Auburn, WA 98001 Primary Point of Contact: Larissa Ortmann Contract Specialist Larissa.ortmann@gsa.gov Phone: 253-218-8587 Secondary Point of Contact: Jessica Campbell Contracting Officer jessica.campbell@gsa.gov Phone: 253-931-7298
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c55b7a3e851045f3a695241148eaad6d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05652733-F 20200513/200511230206 (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.