Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2022 SAM #7439
SOURCES SOUGHT

Z -- Sources Sought: Region 5 Indefinite Delivery Indefinite Quantity

Notice Date
4/11/2022 3:51:33 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0022Sought
 
Response Due
4/25/2022 1:00:00 PM
 
Point of Contact
Della Ljungkull, Neal Deodhar, Phone: 3123853051
 
E-Mail Address
della.ljungkull@gsa.gov, neal.deodhar@gsa.gov
(della.ljungkull@gsa.gov, neal.deodhar@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A market survey is being conducted to determine the interest, availability, and capability of Service�Disabled Veteran�Owned, 8(a), HUBZone, Woman�Owned, and Small Business concerns as described below for an Indefinite�Delivery Indefinite�Quantity (IDIQ) Multiple Award Contracts (MAC) for repair, alteration and construction services for the states of Illinois, Indiana, Ohio, Minnesota, Michigan,� and Wisconsin. The resultant awards will correspond to at least one state.� Contractors will not be required to submit proposals for more than one state. Typical work will include, but not be limited to: interior and exterior renovations, office space build�outs, heating, ventilation and air conditioning to include controls, electrical, mechanical, plumbing, fire suppression, fire and security systems, communications, site�work, millwork, fencing, masonry, concrete, asphalt paving, storm drainage, asbestos and lead abatement, mold and limited soil remediation, and other related work. All work to be performed under the awarded IDIQ MACs will be in accordance with individual delivery order requirements, including specifications and drawings provided for each project. The NAICS code for this procurement is 236220. It is expected there will be a guaranteed minimum of $2,000 and a maximum annual limitation $10,000,000 per contract. It is expected that each contract will have a $7,000,000 per order maximum, and that bonding may be required at 100% of this amount. There is no guarantee for the dollar value of work. The full extent of the work will be described in the solicitation when it is posted. No other information will be available before the solicitation is posted. Incorporating RS Means into the Solicitation: The Government anticipates issuing task orders using RS Means pricing, including any updates to RS Means pricing which will most likely occur yearly, via application of a contractor provided bid coefficient factor. Each contractor shall submit one (1) locality factor applicable to the state for which it is submitting a proposal.� Requests for quotes at the task order level will include a statement of work and a project building location. Quotes will consist of� RS Means Line Items Cost Data multiplied by the contractor provided bid coefficient factor (ie locality bid factor) as mentioned above. Task order level projects will generally range between $2,000 - $3,000,000. Contractors may discount proposed pricing below their accepted bid coefficient at the task order level in order to compete for individual task orders. However, pricing may not exceed each awardees� proposed and awarded bid coefficient at the task order level. As part of its market research and to assist the agency in transitioning to using an RS Means line item based pricing tool at the task order level, GSA R5 is interested in industry experience and opinions about using RS Means as a pricing tool. The proposed zones:� Southern Illinois Chicagoland Indiana Michigan (2 Zones) Zone 1 St. Clair (Port Huron), Macomb, Oakland, Washtenaw (Ann Arbor), and Wayne (Detroit) Counties, MI Zone 2 Bay (Bay City), Saginaw, Genesee (Flint), Kent (Grand Rapids), Ingham (Lansing), Kalamazoo, Calhoun (Battle Creek), and Chippewa (Sault Ste Marie) Counties, MI Minnesota (Plus Eau Claire County, WI) Ohio Wisconsin The agency seeks feedback on the following (please complete the attached questionnaire): What other line-item based pricing systems are common within the industry beside RS Means?� Is your firm interested in bidding multiple zones? Please identify which zones. Please provide any comments relating to the zone structure. �Have you ever been awarded a Line Item based IDIQ contract?� If yes, describe your experience with line item pricing contracts.� How was the contract structured?�� Was that contract successful?� Please explain and include lessons learned or difficulties encountered.� If in your response to question 3 you indicated that you have not been awarded a line item based contract, are you familiar with them?� What types of projects would benefit from a contract structured with line item pricing? Describe the potential risks associated with a line item based style of contract.� How do you account for the varying degree in quantities? The unit cost is often adjusted depending on the quantities. Example: the unit price for 100 sf of carpet installation is typically more than the unit price for 5000 sf of carpet. �If GSA issued a request for proposal for an IDIQ utilizing line item pricing for construction, would you submit a proposal? Why or why not?� How would you address work where no line item exists?� Explain how your proposed coefficient/line item price is filtered down to your subcontractors. Include associated risks in your response.� What is the minimum dollar value, on an annual basis, for which you would consider proposing on an IDIQ contract structured with line item pricing? In addition to responses to the above questions using the attached form, interested parties should provide the following: company name, company address, point of contact, phone number and email address, SAM unique Entity ID (UEI) number, business size and� business classification (i.e. SDVOSB, HUBZone, etc.), bonding capacity, as well as descriptive examples of three projects completed within the last five years that included the work specified above and had a project cost of at least $250,000. Provide a customer point of contact for each project listed. The Government will not pay for any material provided in response to this market survey or return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list, nor is it a Request for Proposal (RFP) or an announcement of a solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be76b9b404034ec9b58f6502e0423621/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06295017-F 20220413/220412211322 (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.