Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

Z -- Synopsis - GSA Region 11 IDIQ JOCC for projects under the Simplified Acquisition Threshold (SAT) for the Department of Education and FDA White Oak Federal Research Campus

Notice Date
7/16/2020 3:26:28 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R11 CONSTR CTR 2 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
GSAR11PBSOOACSD2IDIQJOCC
 
Response Due
7/31/2020 1:00:00 PM
 
Archive Date
08/01/2020
 
Point of Contact
Ingrid J. Blair, Phone: 202-379-8333, Tamara Brown, Phone: 202-494-7387
 
E-Mail Address
ingrid.blair@gsa.gov, tamara.brown@gsa.gov
(ingrid.blair@gsa.gov, tamara.brown@gsa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a pre-solicitation notice for Request for Proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) � Two (2) Single Award Job Order Construction Contracts (JOCC) for projects under the Simplified Acquisition Threshold (SAT) for the Department of Education and FDA White Oak Federal Research Campus. This procurement is a set aside for 8(a) small businesses. The North American Industry Classification System (NAICS) Code for this project is: 236220 and the size standard is $39.5 million. GSA anticipates issuing the Request for Proposals on July 31, 2020 with receipt of proposals due on August 31, 2020. GSA anticipates awarding 2 contracts (one for each location) as a result of the solicitation. Contracts will be for one (1) base year with options for four (4) additional years. Total contract length with base and all options exercised is five (5) years. Geographic Areas: This is an Indefinite Delivery/Indefinite Quantity Job Order Construction Contract for two (2) Single Awards. One award will be made for each of the following geographic location: FDA White Oak Federal Research Campus, 10903 New Hampshire Avenue, Silver Spring, MD 20903 Department of Education, 400 Maryland Avenue, SW, Washington, DC 20024 Proposal Submission Requirements: This is a competitive negotiated acquisition. The Government will evaluate proposal packages utilizing source selection procedures. Specifically, the Government will use the best value concept. The best value concept is the method of evaluating technical qualifications and price as specified in the solicitation. The Government reserves the right to make awards without discussions. Therefore, offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal�s acceptability solely on the basis of the initial proposal submitted. Offerors are required to submit a technical proposal package and a price proposal package: Technical Package - The evaluation factors for the technical proposal package are, in descending orderof importance: (1) Management and Technical Approach (2) Staffing (Qualifications of Key Personnel, Subcontractor Relationships, Self-Performed Work Requirement) (3) Qualifications of the Firm (Project Experience and Past Performance & Contract Experience and Past Performance). The technicalfactors are more important than price. Price Package - The Government will require offerors to provide a bid factor for the base year and each option year period. The Government will evaluate the bid factors as specified in the issued solicitation. Resulting Awarded Contracts: The maximum order limitation for the five year duration for each contract will be $5,000,000.00. The awarded Contractor will be guaranteed a minimum of $1,000.00 for the entire contract duration (maximum potential of five (5) years) to be executed ONLY during the base year, which can be satisfied by the award of one or more Task Orders during the respective contract period. In the event a firm receives awards of less than this guaranteed minimum, the Government will reimburse the Contractor for the difference between the actual obligation and the guaranteed minimum. A typical task order issued as a result of this contract will be valued at or less than the simplified acquisition threshold. Contractors will be expected to compete for traditional IDIQ general contractor duties. Offerors receiving an award as a result of this solicitation will be eligible, but not required, to place offers on all task orders issued under this contract. Successful offerors will be required to complete a wide range of construction projects over the life of the contract. Task orders will consist of repair/alteration and tenant finish projects for the GSA and other Government agencies in occupied federally owned or leased buildings. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies. Additional Information: Contract Opportunities (betaSAM) and the System for Award Management (SAM) are available for use by all Federal agencies. You must be registered with SAM before registering with Contract Opportunities. No Federal material can be downloaded until you have registered under both sites. The solicitation will be available through the Contract Opportunities website (betaSAM.gov). BetaSAM is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. You may access betaSAM via the following address: www.beta.SAM.gov. You will then be required to register as a vendor by selecting the �register now� hyperlink. At a minimum all vendors must supply the following information: Your Company DUNS Number (contact Dun & Bradstreet at 1-866-705-5711 for a free DUNS Number if you do not have one), Your Company Information and Personal Information. It is the vendor's responsibility to monitor betaSAM for any changes and/or conditions. Online Representations and Certification is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy of Representations and Certifications with each offer. Please enter and maintain your representation and certification information in SAM via the Internet at https://www.sam.gov. The Contracting Officer for this procurement is Ingrid Blair (Ingrid.blair@gsa.gov). Questions regarding this pre-solicitation can be submitted to Ingrid Blair at Ingrid.blair@gsa.gov and Tamara Brown at tamara.brown@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d04a19e7f00e4a0e84b093d59e8dfa04/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05723563-F 20200718/200716230159 (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.