Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2023 SAM #7843
SOLICITATION NOTICE

Z -- R10 South Multiple Award Task Order Contract MATOC Replacement

Notice Date
5/17/2023 8:56:33 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R10 ACQUISITION MANAGEMENT DIVISION Tacoma WA 98401 USA
 
ZIP Code
98401
 
Solicitation Number
47PL0123R0014
 
Response Due
6/1/2023 5:00:00 PM
 
Archive Date
07/01/2023
 
Point of Contact
Michael Neer, MacKenzie Dunn, Phone: 5098632052
 
E-Mail Address
michael.neer@gsa.gov, mackenzie.dunn@gsa.gov
(michael.neer@gsa.gov, mackenzie.dunn@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Pre-Solicitation Notice issued in accordance (IAW) with Federal Acquisition Regulation (FAR) 5.101.� The purpose of this notice is to publicize an upcoming contracting opportunity available to qualified Small Businesses capable of performing construction projects in federally owned and leased facilities supported by the Southern Service Center (SSC), key project locations include but are not limited to: Portland and Eugene, Oregon and Vancouver, Washington. SYNOPSIS: The GSA Northwest/Arctic Region (R10) has a recurring requirement for construction services. To support these projects R10 will award (1) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for construction projects in federally owned and leased facilities in the area of responsibility (AOR) covering a geographic range which begins in the city of Vancouver, WA, extending south to the Oregon � California border, west to the Pacific Ocean, and east to Baker City, OR. This IDIQ supports the following project delivery methods; 1) non-complex construction efforts to be constructed based on Government furnished scope of work, 2) design-bid-build, using Government furnished design documents, 3) design/build, based on the Government furnishing a statement of objectives to be used as the basis of design and which the selected contractor designs and constructs the effort., and 4) bridging design/build, using Government furnished design documents developed to no more than 30% design documents. The construction scope of work includes, but is not limited to, tenant improvement, minor repair and alteration of building envelope, conveyance systems, roofing, mechanical and electrical systems, plumbing, and exterior improvements. Construction projects will be completed in a safe, efficient, cost-effective manner that is based upon prudent use of taxpayer funds. Contractor firms awarded a Task Order Contract shall deliver the completed construction project, for its intended purpose and within the established project delivery schedule. Prime contractors are responsible for project management, site superintendence, labor, subcontractor management, quality control of installation and end use functionality for all work awarded.� GSA anticipates awarding up to 6 separate contracts as a result of the solicitation. Total contract length will be for five (5) years. Awarded contractors are expected to compete by participation in task order solicitations. Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10. Task orders will be issued as Firm Fixed Price (FFP).� Offerors awarded a contract are expected to participate in all Task Order Request for Proposals (TORFP�s) issued unless capacity would prevent successful project completion. The aggregate contract ceiling for this IDIQ is $75 million dollars. The Government makes no representation as to the number of Task Orders or actual amount of work to be ordered, however, $2,500 is established as the minimum guarantee for the placement of the contract. Contractors participating in all TORFP�s, but which have not been awarded a TO in the first calendar year will be eligible to receive the funding for the minimum guarantee beginning in calendar year two (2). The �Order of Magnitude� for task orders is anticipated to range from $50,000 to the GSA current capital reinvestment threshold (�prospectus�), presently $3.613 million. Task Orders may not exceed $5 million per single contract.� The average Task Order is expected to have an Order of Magnitude of $250,000 - $750,000 with an estimated volume of 30 Task Orders per calendar year. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5.� This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23. Proposal submission instructions will be included in the base solicitation as well as in each individual TORFP request. A draft Scope of Work (SOW) for this procurement is included in this notice. Information obtained from this notice may be used in the formation of the solicitation and contract requirements. The applicable North American Industry Classification System (NAICS) Code for this project is 236220 Commercial and Institutional Building Construction; the small business size standard for this NAICS Code is $45 million U.S. dollars. This acquisition is 100% set-aside for Small Business concerns. Contractors are required to have a unique entity identifier (UEI) number and an active registration in SAM (www.sam.gov) to conduct business with the Federal Government. SAM registration must reflect the entity as a Small Business for this solicitation's NAICS code at time of receipt of proposal. Offers submitted in response to the solicitation will be evaluated using the Best Value / Tradeoff Source Selection Process in accordance with FAR 15.101-1. A draft of the evaluation criteria anticipated to be included in this solicitation is included in this notice. Basis of award is expected to be a best value / tradeoff selection process considering both price and non-price factors. Solicitation documents will be available for download at this website: https:// sam.gov under Contract Opportunities (i.e., the attached zip file).� The solicitation and any amendments issued to the solicitation will be posted solely on this website.� These documents are anticipated to be available on or about June 12, 2023. Please provide any Requests for Information resulting from this synopsis to the google form at this link: https://docs.google.com/forms/d/e/1FAIpQLSefefaI7qhyGjBgkRP9aByMuAn1ak6l5rQtMaELGToXVci9Jg/viewform?usp=sf_link CLOSING RESPONSE DATE: Information or requests regarding this notice must be submitted on the above referenced form no later than June 1, 2023. Solicitation is to be posted on/or about June 12, 2023, and receipt of proposals package expected to be no later than 3:00 pm (PST) on July 21, 2023.� An award announcement is expected sometime in late August 2023. Contractors can search for opportunities and award histories on www.SAM.gov without registering.� The Federal Business Opportunities website at www.SAM.gov has an Interested Vendors List and a Watchlist that you can add your company's interest at no cost. Registering provides the opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. (END OF NOTIFICATION)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/acd98bbd9e7f4788ad179546cb834540/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06685451-F 20230519/230517230106 (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.