COMMERCE BUSINESS DAILY ISSUE OF APRIL 23, 2001 PSA #2835
SOLICITATIONS
R -- REAL ESTATE SUPPORT SERVICES
- Notice Date
- April 19, 2001
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 11A01, Fort Worth, TX, 76102
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-01-HHD-0037
- Response Due
- May 24, 2001
- Point of Contact
- Shirley Rohmer, Contracting Officer, Phone (817)978-7096, Fax (817)978-7098, Email shirley.rohmer@gsa.gov
- E-Mail Address
- Shirley Rohmer (shirley.rohmer@gsa.gov)
- Description
- Real Estate Support Services, NAICS Code 531210, Solicitation No. GS-07P-01-HHD-0037. General Services Administration (GSA) proposes to award up to two separate contracts for real estate support services. The geographic area for each contract is comprised of the states of Texas, Arkansas, Louisiana, New Mexico and Oklahoma. Awardees must be licensed in all five of the referenced states no later than 60 days after an award is made. Security clearances may be required prior to starting work. The estimated contract values range from a minimum guarantee of $200 up to a maximum ordering limitation of $1,875,000 per year of the base period and each option period. The base period of performance is 2 years with the Government having cancellation rights after the first year. There will be three 1-year option periods. The Government may award without holding discussions, although discussions will be held if the Contracting Officer determines that doing so is in the best interest of the Government. The Government may limit the competitive range to the greatest number of offers that will permit efficient competition among the most highly rated proposals. Offerors will not be reimbursed for submittal expenses. Solicitation issue date is on or about April 24, 2001. Proposals will be due on or about May 24, 2001. A pre-proposal conference will be held at a location, time and date to be designated in the solicitation. The GSA will use source selection procedures in the award of the contract(s). Award will be made to the offeror(s) whose proposal(s) represent the "Best Value" to the Government, based on price and technical factors stated in the solicitation. The objective is to select the proposal that offers the best value for the price proposed, not necessarily the lowest price. A more favorable price will be the deciding factor in the event that proposals are essentially equal in technical merit. The Government may, at its option, award the contract to other than the highest technical proposal if it determines that the higher technical proposal does not warrant the corresponding increase in price. Offerors will be required to submit information to support technical proposals in the following areas: (1) Education, Experience and Past Performance of Proposed Staffing and Subcontractors, (2) Past Performance of Offeror in providing real estate services, and (3) Organizational Approach. The Government intends to disclose proposals received in response to the solicitation to non-Government evaluators. GSA is committed to assuring that maximum practicable opportunity is provided to small, HUBZone small, veteran-owned small, small disadvantaged, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000, must demonstrate that its subcontracting plan represents a creative and innovative program for involving small, HUBZone small, veteran-owned small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. GSA's goals for subcontracting are 42% for small business, 7.5% for small disadvantaged business, 5% for women-owned small business, 2% for HUBZone small business, and 3% for veteran-owned small business. All documents related to this procurement will be available via the Internet only. No hard copies will be made available. Each offeror is responsible for downloading his own copy of all documents, including the solicitation and any amendments, if any. These documents will be in .pdf format and will reside on the World Wide Web (www) server, which may be accessed using a www browser application. The address of the GSA page is http://www.FedBizOpps.gov. It is each offeror's responsibility to monitor the site for the release of any information or documentation, including the solicitation and any special notices or amendments pertaining to this procurement. There is also a link at the bottom of the CBD notice on the Internet that will take the reader to the page where the synopsis and solicitations will be posted, as well as a link to the point of contact's email address. Contractors are encouraged to register at the web site designated above to be notified by email of new postings including synopsis, solicitations and amendments. Contractors are encouraged to periodically check the site to confirm that all documents related to a procurement have been received. Point of contact for this solicitation is Barbara Hanna at 817-978-4437, e-mail Barbara.Hanna@GSA.GOV.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=GS-07P-01-HHD-0037&L=341)
- Record
- Loren Data Corp. 20010423/RSOL023.HTM (D-109 SN50J722)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on April 19, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|