SOLICITATION NOTICE
Z -- MATOC IDIQ TERM CONSTRUCTION CONTRACT FOR GSA PROJECTS IN THE STATES OF MISSOURI, KANSAS and IOWA (EXCLUDING COUNCIL BLUFFS, IA) - Package #1
- Notice Date
- 1/5/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design and Construction Division (6PC), Acquisition Branch (6PCA), 1500 East Bannister Road, Kansas City, Missouri, 64131, United States
- ZIP Code
- 64131
- Solicitation Number
- GS06P12GYD0004
- Archive Date
- 2/6/2012
- Point of Contact
- Audra Harrison, Phone: 816 823 2591, Peggy Jewett, Phone: 816-823-2266
- E-Mail Address
-
audra.harrison@gsa.gov, Peggy.Jewett@gsa.gov
(audra.harrison@gsa.gov, Peggy.Jewett@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Pre-solicitation Notice-MATOC IDIQ TERM CONTRACT 2012 MULTIPLE AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY TERM CONSTRUCTION CONTRACT FOR GSA PROJECTS IN THE STATES OF MISSOURI, KANSAS and IOWA (EXCLUDING COUNCIL BLUFFS, IA) Total Small Business Set-Aside Classification Code: Z -- Maintenance, repair, and alteration of real property NAICS Code: 236220 -- Commercial and Institutional Building Construction Date Published: 01/04/12 Solicitation Number: GS06P12GYD0004 Notice Type: Presolicitation Synopsis: This procurement is a 100% total small business set-aside. Only offers submitted by firms that meet the Small Business Size Standards set forth by the Small Business Administration will be considered. Type of Contract: Construction services for GSA projects in the States of Missouri, Kansas and Iowa, excluding Council Bluffs, IA. The Multiple Award, Indefinite Delivery/Indefinite Quantity contract for construction services will be for a period of one (1) year with four (4) additional 1-year option periods. Prior to exercising each option, the Government will review the contractor's performance to date, and award options consistent with applicable portions of FAR 17. The minimum guarantee contract amount to be awarded will be $1,000.00 for the base year only per geographical area. Individual delivery orders under the contract are expected to range from $250.00 to the $150,000. The maximum contract value (total of the base and all optional periods) is $14,000,000 per geographical area. The Government will make four (4) awards in the following geographical manner: Kansas City (Kansas City Metropolitan area, the cities of Columbia and Jefferson City, Missouri and the State of Missouri West of Columbia, St. Louis City (St. Louis Metropolitan area, and the State of Missouri East of Columbia, excluding Columbia and Jefferson City), State of IA (Excluding Council Bluffs, IA), and the State of KS (excluding Kansas City, KS). Contractors will be allowed to submit in multiple geographical areas. After evaluation of offers is completed, the Government will make award to one (1) responsible offeror per geographical area whose offer conforms to the solicitation and is most advantageous to the Government, technical factors considered more important than price. Types of Services Required Under the Contract: The North American Industry Classification (NAICS) Code for this project is: 236220, size standard $33.5 million. Specifications and Request For Proposal (RFP) forms to be issued on or around 1/30/2012. Base Year Performance Period: 365 calendar days after receipt of notice to proceed (for contract). The work would primarily consist of, but is not limited to: minor construction, repair and alteration, and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. Typical projects may include, but are not limited to: carpentry, electrical, plumbing, HVAC, flooring, asphalt or concrete, painting or wall covering. Delivery orders placed will specify completion times per delivery order. Contractor shall furnish all the necessary supervision, labor, parts, tools, materials, equipment, etc., (except as may otherwise be provided for in the specifications) to perform the work required by the individual delivery orders. The work will be performed when authorized by properly executed delivery orders (GSA300) which will be issued from time to time for various quantities and types of work provided for in this contract. This authorized work shall be performed only at Government-owned GSA operated buildings and/or Government-owned buildings or Government-leased space where GSA has either repair responsibility or authority. Evaluation Criteria: The Government will make award to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, technical factors and cost or price considered. For this solicitation, technical quality is more important than cost or price. As proposals become more equal in their technical merit, the evaluated price becomes more important. The following technical evaluation factors are listed in descending order of importance: 1) Management and Technical Approach: Offeror shall submit: 1) a plan consisting of a narrative explanation of his/her management philosophy; 2) a plan for safety and quality control; 3) a plan for responding to new orders and owner inquiries or direction during project execution within the time required in the contract specifications; 4) a technical approach to manage and complete projects according to the contract requirements; 5) a plan for on-site staffing of this Indefinite Delivery Indefinite Quantity (IDIQ) contract and any/all of the delivery order jobs issued against the IDIQ contract (i.e. - on-site supervision contract requirement); 6) description of how the offeror evaluated the line item pricing and arrived at the proposed bid factors. 7) Additionally, Offeror shall submit a sample schedule indicating major project milestones and planned sequence of activities for a "Similar" project. The sample schedule to be submitted may be from one of the "Similar" projects submitted under Experience and Past Performance of the Firm. Standard for evaluation: The standard is "met" when: o The offeror has responded to each of the above requirements and included a detailed description that evidences the firm's satisfactory approach to coordinating with the owner and tenants throughout all points of the project, managing safety, insuring quality, responding to new orders and inquiries or direction during project execution within the time required in the contract specifications, controlling cost and budget, meeting submittal requirements, managing contract modifications and negotiations, and maintaining and communicating the project schedule. Procedure for evaluation: o Offeror's response will be evaluated for thoroughness and evidence of their ability to satisfy the contract requirements. THE SIX (6) REQUIRED PLANS SHALL NOT EXCEED 1 PAGE EACH 2) Qualifications of the Firm A. Project Experience and Past Performance Offeror shall submit detailed descriptions of five (5) projects for evaluation. Projects shall have been completed within the last six (6) years. Projects shall be identified by the Offeror as being "Similar" (as defined below) in size, scope, and complexity to the requirements provided in the specifications. Projects shall be identified as being completed in a "Quality" (as defined below) manner. The Offeror is responsible for demonstrating how projects they deem "Similar" are in-fact comparable in size, scope, and complexity. The Offeror is responsible for demonstrating how projects they deem "Quality" were in-fact delivered in a timely manner, within established budgets, and to the customer's satisfaction. The term "Quality" for evaluation purposes is defined as meeting or exceeding the customer's requirements as set forth in the construction contract documents, (i.e., drawings and specifications) in a timely manner and within established budgets. It is also evidenced by receiving satisfactory references from the interviews, in which those interviewed are willing to contract with the Offeror again. The term "Similar" projects shall be defined for evaluation purposes as renovation of occupied, multi-story, commercial/government office property type facilities that collectively (the five (5) projects submitted) include (1) carpentry, (2) electrical, (3) plumbing, (4) HVAC, (5) flooring, (6) asphalt or concrete, and (7) painting or wall covering work as a part of the project scope. Award amount of the five (5) similar projects should be between $2,000 and $150,000. Standard for evaluation: The standard is "met" when: o Submitted projects were "Similar" and completed in a "Quality" manner within the last six (6) years as evidenced by the Offeror's written response and references contacted. Procedure for evaluation: o Offeror's projects will be evaluated for "Similarity" and "Quality" performance of the contract requirements. The Offerors shall provide project data and references for the project submitted. References provided by the Offeror may be contacted by the SSEB. This evaluation will consist of evaluating the offeror's written response to the RFP and any references contacted. Review projects submitted and use judgment to evaluate: Was project size, scope, and complexity highly similar to GSA's proposed project? Did the Offeror submit sufficient written information to make this determination? If contacted, do the references confirm the role the Offeror's performed on the project? o THE FIVE (5) REQUIRED PROJECTS SHALL NOT EXCEED 2 PAGES EACH B. Contract Experience and Past Performance Offeror shall submit a detailed description of one (1) contract for evaluation. Contract shall be identified by the Offeror as being "Similar" (as defined below) in contract type, size, scope, and complexity to the requirements provided in the specifications. Contract shall be identified as being completed in a "Quality" (as defined below) manner. The Offeror is responsible for demonstrating how the contract they deem "Similar" is in-fact comparable in type, size, scope, and complexity. The Offeror is responsible for demonstrating how the contract they deem "Quality" was in-fact delivered in a timely manner, in accordance with established pricing, and to the customer's satisfaction. The term "Quality" for evaluation purposes is defined as meeting or exceeding the customer's requirements as set forth in the contract documents in a timely manner and in accordance with established pricing. It is also evidenced by receiving satisfactory references from the interviews, in which those interviewed are willing to contract with the Offeror again. The term "Similar" shall be defined for evaluation purposes as a Multiple Year, Single Contractor Award, Indefinite Delivery Indefinite Quantity equivalent (IDIQ equivalent - the timing and number of orders to be issued are unknown) type of contract, where price for work items is pre-established at the time of initial contract award, as follows: o One bid factor is required, which shall apply to all work items for which a unit price is stated in the Price Schedule. (Example: The unit prices listed on the Price Schedule, Section 01102, are base costs. Base cost equals a factor of 1.000, the same as "NET", all other bid factors "MINUS" or "PLUS" will be added or subtracted from the base cost factor. A "MINUS" 4% shall be written 0.96, a "PLUS" 4% shall be written 1.040 and "NET" shall be written 1.000.) The single offered bid factor for the base/option period will be applied to all work items for which a unit price is stated in the Price Schedule that are ordered via delivery orders in the respective base/option period. o The bid factor listed on the bid form must contain Bidder's overhead, profit and all other contingencies therewith, as no allowance will be made later for such items. o Bids shall include all items listed on the Price Schedule. o A bid factor is required to be submitted with your bid for each option year. o The wage determination issued under the Davis-Bacon Act by the U.S. Department of Labor, that is effective at the time of each option to extend the term of the contract, will apply to that option period. The Contracting Officer will make no adjustment in contract price, other than if provided for elsewhere in this contract, to cover any increases or decreases in wages and benefits, or any other contractor costs. Standard for evaluation: The standard is "met" when: o Submitted contract was "Similar" and completed in a "Quality" manner as evidenced by the Offeror's written response and references contacted. Procedure for evaluation: o Offeror's contract will be evaluated for "Similarity" and "Quality" performance of the contract requirements. The Offerors shall provide contract data and references for the contract submitted. References provided by the Offeror may be contacted by the SSEB. This evaluation will consist of evaluating the Offeror's written response to the RFP and any references contacted. Review contract submitted and use judgment to evaluate: Was the contract type, size, scope, and complexity highly similar to GSA's proposed contract? Did the Offeror submit sufficient written information to make this determination? If contacted, do the references confirm the role the Offeror's performed on the project? THE CONTRACT EXPERIENCE AND PAST PERSONNEL SHALL NOT EXCEED 2 PAGES 3) Qualifications of Key Personnel: Offeror shall provide written qualifications and professional references for a minimum of one (1) Construction Company Executive, one (1) Project Manager, and Two (2) On-Site Supervisors that will be assigned to this contract. Standard for Evaluation: The standard is "met" when: o Project Manager and both On-Site Supervisors (2) must have performed on three (3) "Similar" projects within the last six (6) years. o Project Manager and both On-Site Supervisors (2) must have a minimum of five (5) years of experience in the position he/she will fill under this contract. o Each of the key individuals identified has the appropriate education, knowledge, and expertise required for the position he/she is to be assigned for this contract. o Offeror has indicated that a minimum of one of the key individuals identified has contract authority and is available to respond appropriately to the GSA within 24 hours of being contacted. o The qualifications and assigned duties of each key individual are clearly described in the proposal, and the Offeror has indicated these individuals are readily available for the contract work. Procedure for Evaluation: o The Offerors shall provide personnel qualification data and professional references for the key individuals submitted. References provided by the Offeror may be contacted by the SSEB. This evaluation will consist of evaluating the Offeror's written responses and references contacted. THE QUALIFICATIONS OF THE KEY PERSONNEL SHALL NOT EXCEED 2 PAGES EACH When responding to upcoming solicitation, Offerors should fully address their capability with regard to each of the above stated submission requirements and evaluation criteria. Offerors are solely responsible for demonstrating that they meet/exceed the evaluation criteria. The solicitation will be available through the Federal Business Opportunities (FedBizOpps) website (fbo.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the Central Contractor Registration (CCR) database, and is available for use by all Federal agencies. At a minimum all vendors must supply the following information: Your Company Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your company CCR Point of Contact), Your Company DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number, and Your Email Address. Once you have registered with CCR you will be required to register with FedBizOpps. No SBU federal material can be downloaded until you have registered under both sites. You may access FedBizOpps via the following address: www.fbo.gov. It is the vendor's responsibility to register and to monitor FedBizOps for any changes and/or conditions. The use of the Online Representations and Certifications Application (ORCA) is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy with each offer. Please enter and maintain your representation and certification information via the internet at http://orca.bpn.gov. Once there you will find detailed information regarding ORCA, how to submit your record, and whom to call for assistance under Help. To prepare for and register in ORCA you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) as identified in the CCR record. Contracting Office Address: General Services Administration, Public Buildings Service (PBS), West Acquisition Branch (6PCB), 1500 E. Bannister Road, Kansas City, MO, 64131-3088 Place of Performance: State of Missouri, Kansas and Iowa, excluding Council Bluffs, IA. Primary Point of Contact: Audra Harrison Contract Specialist audra.harrison@gsa.gov Phone (816) 823-2591 Fax (816) 823-2273 Additional Point of Contact(s): Peggy Jewett Contracting Officer peggy.jewett@gsa.gov Phone (816) 823-2266 Fax (816) 823-2273 ________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e7b8c79195fe806c27ba3b7fa4c57055)
- Place of Performance
- Address: Kansas City (Kansas City Metropolitan area, the cities of Columbia and Jefferson City, Missouri and the State of Missouri West of Columbia, St. Louis City (St. Louis Metropolitan area, and the State of Missouri East of Columbia, excluding Columbia and Jefferson City), State of IA (Excluding Council Bluffs, IA), and the State of KS (excluding Kansas City, KS), United States
- Record
- SN02649819-W 20120107/120105235251-e7b8c79195fe806c27ba3b7fa4c57055 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |