Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2020 SAM #6926
SOURCES SOUGHT

Z -- Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for General Construction Services for Northern Virginia Federal and Leased Buildings

Notice Date
11/13/2020 8:07:39 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 RICHMOND FIELD OFFICE RICHMOND VA 23219 USA
 
ZIP Code
23219
 
Solicitation Number
NWM0001
 
Response Due
11/30/2020 2:00:00 PM
 
Archive Date
12/01/2020
 
Point of Contact
Niki McFarlin, Phone: 8043187705, Joe Lindsay, Phone: (215) 622-3569
 
E-Mail Address
niki.mcfarlin@gsa.gov, joseph.lindsay@gsa.gov
(niki.mcfarlin@gsa.gov, joseph.lindsay@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE FOR Indefinite Delivery Indefinite Quantity (IDIQ) ConstructionContract for GeneralConstruction Services inNorthernVA (Federal and Leased Buildings)�GSA Region 3-Small General Construction. THIS IS A SOURCES SOUGHT NOTICEONLY. �NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible small businesses, including HUBZone, 8(a) Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) firms that would be interested in submitting offers for this anticipated solicitation for small ($2,000-$250,000) Repair and Alteration requirements throughout NorthernVA. Historically, the average task order award amount under the existing IDIQ ranges from$39,000-$60,000. The location of performance is all federal buildings in Alexandria, Virginia, as well as leased buildings in each of the following locations: ?Alexandria ?Fairfax ?Fredericksburg ?Manassas ?Stafford ?Tysons Corner This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications ordrawings available for this announcement. The Government shall use the results of this market research effort to augment its decision-making process regarding setting aside this contemplated acquisition for small businesses. It is the policy of the Government to maximize practicable opportunities in its acquisitionsto smallbusinesses. For reference, general descriptions of each small business concern type can befound in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns. General Description of Scope of Services: GSA Region 3, Mid Atlantic, intends to solicit and award one (1)Multiple-Award, Job OrderContract (JOC) Contract for Repair and Alteration construction services supporting Government owned and leased facilities throughout Northern VA and surrounding areas. The scope of this contract is to provide: 1) construction services, including, but not limited to:general office renovation; interior construction; exterior construction repair; general repair andalteration work; installation of new and the alteration of existing power panels; carpet and carpet tile replacement; painting; HVAC duct work modification; modification of existing building firesprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement;asphalt/concrete paving; 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: electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing,�cleaning, sealing; roofing involving installation, repair and alteration, and removal; and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and other task order related work. In addition, design work incidental to construction as well as design/build work are included. The applicable NAICS code is 236220, Commercial and Institutional BuildingConstruction, and the small business size standard is $36.5 million.��The term of the contracts will be for a one (1) year base with four (4) one (1) year options. This contract vehicle will be utilized by Field Office personnel. All awardees under theJOCcontractwill be presented with a fair opportunity to be considered for each order exceeding $2,000.00. It is anticipated that no more than five (4) contracts will be awarded under this solicitation. The Maximum Ordering Limit (MOL) forthe entire contract will be$2,000,000.00 for all awardees (aggregate), for the full term of the contract. There is no ordering limit for any given period so longas it does not exceed the MOL. Resulting task orders under this JOCcontract will have aminimum order amountof $2,000.00 and will not exceed a maximum order amount of$250,000.00. Each awarded contract will have a minimum guarantee of $2,500.00for the Baseyear only. Historically, the average task order award amount under the existing IDIQ ranges from$39,000-$60,000. The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government,in terms of priceand technical merit;and whose performance is expected to best meet stated Governmentrequirements. Accordingly, award will be made using best-value, source-selection procedure; incorporating tradeoffs between price-related and non-price related factors. Response Information: An interested firm shall utilize the attached ""Sources Sought Response Form"" or provide a response that shall not exceed 2 pages. The response shall include the following information: Synopsis of Requirement (1) Identification (including name, address, phone number and DUNS number) and verification ofthe company to be certified by the Small Business Administration as a small business, including verification as a HUBZone,�8(a) Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Please provide construction experience in fully occupied office facilities by providing a list ofthree successful projects completed within the past three years, similar in dollar value. Pleaseindicate if any of these projects are for the Federal Government. Two of the three projects mustbe between $2,000.00 and $75,000.00, and one project must between $75,000.01 and $250,000.00, similar in nature, and similar working conditions as those anticipated in thiscontract.Firms should be able to perform multiple projects of this magnitude simultaneously throughout the delineated area.� (3) Describe your firm's ability to obtain performance and payment bonds individually for taskorders in the ordering limitations ($2,000.00 to $250,000.00). (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Ms.Niki McFarlin, Contract Specialist. Please email your response to niki.mcfarlin@gsa.gov by November 30, 2020 by close of business (COB) at 5:00PM. This is NOT a request for proposals,and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. �No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. �All interested sources must respond to future solicitation announcements, separately from responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2cd913940de34d41a2a161945f5f4e4c/view)
 
Place of Performance
Address: Alexandria, VA 22314, USA
Zip Code: 22314
Country: USA
 
Record
SN05853009-F 20201115/201113230141 (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.