Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOLICITATION NOTICE

Z -- Philadelphia & Delaware Valley Field Offices Micro Multiple Award (MAC) Inde?nite Delivery / Inde?nite Quantity (IDIQ) Contract for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities

Notice Date
12/20/2021 10:09:47 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SERVICES PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0321R0025
 
Response Due
12/20/2021 11:00:00 AM
 
Archive Date
01/04/2022
 
Point of Contact
Oliver Lester, Phone: 215-446-4626
 
E-Mail Address
oliver.lester@gsa.gov
(oliver.lester@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Multiple Award Indefinite Quantity / Indefinite Delivery (IDIQ) Contract for construction services in support of the minor repair and alterations program for the Philadelphia and Delaware Valley Field Offices covering the surrounding areas of Philadelphia, PA, Trenton, NJ, Camden, NJ, and the entire State of Delaware. Maximum Ordering Limitation (MOL):�The aggregate MOL shall be $4 million. 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 to all locations, owned and leased, as identified below. Performance Location(s): The Government owned and leased facilities are located in following states and counties: Pennsylvania: Counties of Philadelphia, Delaware, Chester, Montgomery and Bucks;� New Jersey: Counties of Atlantic, Burlington, Camden, Cape May, Cumberland, Gloucester, Hunterdon, Mercer, Ocean, Salem, Somerset, and Sussex; Delaware (entire state): Counties of Kent, New Castle and Sussex Additional work may be negotiated in surrounding counties. General Description of Scope of Services: Repair and alteration construction services 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.� In the performance locations identified above, GSA Region 3 PBS intends to award four (4) but no more than six (6) Firm Fixed-Price (FFP) IDIQ contract awards. This procurement will be solicited via a total small-business set-aside in accordance with FAR 19.505-2 and FAR 6.203. At the Contracting Officer�s discretion, the Government may reserve one (1) for an 8(a) business development participant, one (1) for a HUBZone concern, and one (1) for a WOSB concern.� 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 $2,000.00 for the base year of each contract. The aggregate maximum order limitation (MOL) shall be $4 million for the entire duration of all contracts awarded as a result of the solicitation. In other words, there is no single MOL per contractor nor is there a single MOL per year. Anticipated Ordering Procedures (ie Requests for Proposals at the task order level): The individual orders to be placed under the contracts will generally range in value from $2,000.00 to $50,000.00. However, there may be individual orders with lower or higher costs placed against the contract, if it is in the Government�s interest to do so. This is merely an estimate and does not in any way limit GSA from ordering up to the Maximum Ordering Limitation. Small Construction Projects Range Average per Fiscal Year (Data based on past four fiscal years)� Dollar Range ($)� � Percentage (%)� � �Number of Project on Average per Fiscal Year $2,000 - $25,000� � 79.5%� � � � � � � � � � �31 $25,000 - $35,000� 15.4%� � � � � � � � � � �6 $35,000 - $50,000� �5.1%� � � � � � � � � � � 2 � Small Construction Projects (Percentage of work per location over past two fiscal years ) Percentage (%)� � City Metro Area� � State� � County 74.2%� � � � � � � � � � Philadelphia� � � � � �PA� � � � �Philadelphia 8.9%� � � � � � � � � � � Trenton� � � � � � � � � �NJ� � � � �Mercer 8.7%� � � � � � � � � � � Camden� � � � � � � � � NJ� � � � �Camden 8.2%� � � � � � � � � � � Wilmington� � � � � � � DE� � � � New Castle � Incorporating RS Means into the Solicitation: The Government anticipates issuing task orders using the RS Means, and any updates to RS Means pricing, which will most likely occur yearly, and a contractor provided bid coefficient�factor. The bid coefficient shall be constant through the life of the contract (including for follow-on option years). Each Contractor shall submit four (4) locality�factors to cover the geographic area for this Indefinite Delivery / Indefinite Delivery contract:� � Locality Factor 1 (Philadelphia, PA Metro Area) Philadelphia, Montgomery, Bucks, Chester and Delaware Counties Locality Factor 2 (Trenton, NJ Metro Area) Hunterdon, Somerset, Mercer, Ocean, Burlington and Sussex Counties Locality Factor 3 (Camden, NJ Metro Area) Camden, Atlantic, Gloucester, Salem, Cumberland and� Cape May Counties Locality Factor 4 (Wilmington, DE Metro Area) New Castle, Kent and Sussex Counties Requests for Proposals at the task order level will include RS Means line items, a statement of work and a project building location.�Proposals will consist of using the RS Means Line Items Cost Data multiplied by the contractor provided bid coefficient factor (ie locality bid factor) as mentioned above. The Government anticipates awarding projects at the task order level based on low price. Task order level projects will generally range between $2,000 - $50,000. Note:�Even though contractor bid coefficients are constant through the life of the contract (including follow-on option years), contractors may discount projects at the task order level, but not increase pricing. Best Value: 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, listed in descending order of importance, are: Management Plan Prior Experience Past Performance 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 solicitation requirements and are 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. Price Evaluation (for the IDIQ Contract): Offeror�s shall submit a signed bid/offer for the four (4) locality Bid Factors identified above. A bid coefficient is a multiplier on the total cost of the RS Means Line Items.� This is similar to a Job Order Contracting (JOC) coefficient. The bid coefficient�shall be an all inclusive multiplier as stipulated in the solicitation. 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, may indicate the offeror does not fully understand the requirements/line items of the solicitation) and the ability to perform the contract. Solicitation Schedule:� Solicitation Issue Date: November 19, 2021 Pre-Proposal Conference: December 1, 2021� 10:00am - 12:00pm EST Proposal Due Date: December 20, 2021 by 2:00 PM EST The complete solicitation package will only be available electronically on the Contract Opportunities website (www.sam.gov). 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.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.sam.gov. Offerors MUST be registered in the System for Award Management (SAM) database 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 represent themselves via Online Representation and Certifications available through http://www.sam.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: oliver.lester@gsa.gov�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a23edba337a4eb090027fc97ae37022/view)
 
Place of Performance
Address: Philadelphia, PA 19106, USA
Zip Code: 19106
Country: USA
 
Record
SN06201543-F 20211222/211220230112 (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.