Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

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

Notice Date
5/14/2020 6:28:14 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
12/01/2020
 
Point of Contact
Alicia Martin, Phone: 215-446-4506, Connor Eagan, Phone: 215-847-4702
 
E-Mail Address
alicia.martin@gsa.gov, connor.eagan@gsa.gov
(alicia.martin@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. Maximum Ordering Limitation (MOL):��$20,000,000.00 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(s): 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: Repair and alteration construction services with Design/Build Capabilities are being procured. The North American Industry Classification System (NAICS) Code for this procurement is 236220, entitled �Commercial and Institutional Building Construction� and the small business size standard is $39.5 million. The government intends to award approximately three (3) to five (5) contracts as a result of the solicitation. One award will be reserved for a Small Disadvantaged Veteran Owned Small Business Firm whose offer is considered to be the best value to the Government considering price and other non-price factors. If it is determined that a Small Disadvantaged Veteran Owned Small Business Firm is not the best value, the government is not required to select a Small Disadvantaged Veteran Owned Small Business Firm concern for award. The contract duration will be one (1) base year with four (4) one-year options, with the possibility of an extension of performance up to an additional six (6) months, in accordance with FAR 52.217-8.� Each awardee will be guaranteed a minimum of $2,500.00 for the base year of each contract. The aggregate maximum order limitation (MOL) is $20,000,000.00 for the entire duration of all contracts awarded as a result of this solicitation. In other words, there is no single MOL per contractor or a single MOL per year, other than the MOL of the entire contract. The individual orders to be placed under the contracts will generally range in value from the Simplified Acquisition Threshold (currently $250,000) to the prospectus threshold (currently� $3.095M); however, there may be individual orders with lower or higher costs placed against the contract, if in the Government�s interest to do so. This is merely an estimate and does not in any way limit GSA from ordering up to the Maximum Ordering Limitation. The selection process will be conducted in accordance with FAR Part 15 source selection procedures.� Firm fixed price contracts will be awarded to the firms offering the best value to the Government.� Non-price technical evaluation factors are significantly more important than price.� The Government intends to evaluate proposals and award a contract without discussions with offerors (other than exchanges conducted for the purpose of minor clarifications). However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The non-price factors are listed in descending order of importance: �Prior Experience �Past Performance �Management Plan The approach to source selection for this procurement will be pursuant to the best value tradeoff concept as identified in FAR Part 15.101-1 and FAR Part 15.3. It is the government�s intention to award a contract to the offerors whose proposals conform to the Request For Proposal (RFP) requirements and are considered to be most advantageous to the government, price and technical factors considered. Competitive proposals shall be evaluated and assessed based on the factors specified in this solicitation. For this solicitation, the combined weight of the technical evaluation factors is significantly more important than 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. Project Bonding Capacity is not a technical or non-price factor. Project Bonding Capacity will be used as part of the responsibility determination to assess the offeror�s ability to provide an offer guarantee and performance and payment bonds sufficient to cover the maximum estimated value on an individual task order basis under this IDIQ contract. For this procurement, the minimum amount to be covered by the bonding is $3 million. Failure to provide evidence of adequate bonding capacity will render the proposal unacceptable and will not be further evaluated. The letter shall address the bonding capacity for individual project bonding capacity. For this procurement, the minimum amount to be covered by the bonding is $3 million.� Offerors will be required to provide a letter from their bonding company with their proposal submission demonstrating their bonding capacity of at least $3,000,000.00 per single project. The complete solicitation package will only be available electronically on the Contract Opportunities website (www.beta.sam.gov). It will be available on or about June 1, 2020. �The solicitation closing date will be approximately 30 days after issuance of the solicitation package.� The actual date and time will be identified in the solicitation. All information, amendments, and questions concerning this solicitation will be electronically posted at the following web page: http://www.beta.SAM.gov. 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 Contract Opportunities website to have access to solicitation material. For additional information, visit the Contract Opportunities website, www.beta.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.beta.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 by email to email box: westva.westernvalgidiq@gsa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b46acad641bc431a928760f589da4ae9/view)
 
Place of Performance
Address: West Virginia and the Western half of Virginia, USA
Country: USA
 
Record
SN05657688-F 20200516/200514230155 (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.