Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2013 FBO #4102
SOLICITATION NOTICE

Y -- Indefinite Delivery / Indefinite Quantity Multiple Award ConstructionTerm Contract with Design Build Capabilities

Notice Date
2/14/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-13-CD-D-0008
 
Point of Contact
Raymond J. Porter, Phone: 2154464664
 
E-Mail Address
raymondj.porter@gsa.gov
(raymondj.porter@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS PROCUREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS. The Richmond Field Office requires an Indefinite Delivery Indefinite Quantity Multiple Award Construction Term Contract with Design-Build Capabilities for various repairs and alterations to government owned and leased facilities for following cities located in the State of Virginia: Richmond, Charlottesville, Norfolk, Portsmouth, Suffolk, Newport News, Chesapeake, Hampton, and Virginia Beach. The term of the contract will be for a one (1) year base with four (4) one (1) year options. The contract will include negotiated line items with the ability to negotiate work as necessary. In accordance with FAR 16.505, all awardees under the IDIQ contract will be presented with a fair opportunity to be considered for each order exceeding $3,000.00. The NAICS code applicable to this procurement is 236220. The scope of this contract is to provide construction services that includes but is not limited to: general office renovation, interior construction and building exterior repair, repair and alteration work; installation of new and the alteration of existing power panels; carpet and carpet tile installation; painting; HVAC duct work modification and repair; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repair / replacement, asphalt / concrete paving ; alterations including but not limited to electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, repointing, cleaning, sealing, design-build services; Roofing involving installation, repair and alteration, and removal of all types; and Paving relevant to property and roads owned, leased or otherwise controlled by GSA, or other Federal authorized agencies; and other related work specifically listed on the task order and job drawings. In addition, design work incidental to construction as well as design/build task orders will be considered when issuing request for proposals. The use of Green products shall be addressed within the overall statement of work, as well as the individual task orders under these contracts. The first Task Order (TO) or "Seed Project" will be issued simultaneously with the IDIQ Request for Proposal as an attachment. Contractors will be required to submit a proposal for the first task order as well as the base IDIQ. The proposal for the first task order will be used to evaluate price for the best value IDIQ contract. The first Task Order will be the HVAC project for the Lewis J. Powell CT and Annex in Richmond, VA which specifically includes replacing the third floor HVAC as well as chiller plant enhancements in both the Courthouse and Annex. The rates and labor types proposed by the contractor will be included in the final contract language and will establish the labor rates to be used in future negotiations. This procurement will be set aside for small businesses under FAR 6.203; with a multiple award task order contract awarded to responsible offeror whose proposal offers the best overall value to the Government. The individual orders to be placed under the contracts will range in value from the simplified acquisition threshold (currently $150,000.00) to the prospectus limitation (currently $2.89 million); however, there may be individual orders with higher costs placed against this contract. A guaranteed minimum of $2,500.00 will be awarded for the base year only. The contract will be a Firm Fixed Price (FFP) Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ). The contract duration will be one (1) base year with four (4) one-year options. The contract will be procured using SOURCE SELECTION procedures as identified in FAR 15.3. The best value concept will provide the Source Selection Evaluation Board (SSEB) the opportunity to make a best value (Price/Technical Trade-Off) analysis on the submitted proposal and the offeror's capability to perform. Offerors are informed that a selection and award may be made without discussions. If discussions are deemed necessary by the Contracting Officer, upon completion of any discussions, the CO shall issue to all offerors still within the competitive range, a request for revised proposals. When these offers are received, a final technical evaluation will be performed to see if the revisions affect the technical merits of the proposals. The final evaluation will be governed by the same rules and considerations as those applied to the evaluation of the initial technical proposals. Once the final offers have been evaluated and all relevant information available, a summary conclusion will be developed that will include a narrative justification indicating sound rationale for the rating and judgment applied. If price/technical trade-offs are recommended, a written explanation for each trade-off will be provided to explain the rationale for the recommendation. Unsuccessful offerors will be notified in writing and any requests for debriefings will take place upon written request. All evaluation factors relative to the contract award and their importance will be clearly stated within the solicitation. Greater emphasis is being placed on other than price-related factors because of the importance of successful and timely completion of all individual task orders. Contracts will be awarded to the responsible offerors whose proposals are most advantageous to the Government. The proposals providing the best value to the Government when considering both price and technical factors shall be accepted. For this procurement, technical evaluation factors (evaluation factors other than price) will be considered to be significantly more important to price. The technical evaluation factors and their relative weights in the evaluation process are listed below: 1.) Past Performance 2.) Breadth of Corporate Experience 3.) Management Plan The solicitation package (including specifications, line items, offer forms, clauses and provisions) will only be available electronically on FedBizOpps. It will be available on or after 1 March 2013. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Offerors MUST be registered in the Central Contractor's Registration database (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information at your convenience, via the internet at http://orca.bpn.gov. To register in ORCA you will not two items: and active CCR record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. Be sure to read the provisions carefully, the answers provided are then automatically entered into the actual FAR provisions. You are required to follow all prompts. All questions must be submitted in writing to the attention of Raymond J Porter by email or facsimile.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03P-13-CD-D-0008 /listing.html)
 
Place of Performance
Address: Government owned and leased facilities limited to the following cities of Virginia: Richmond, Charlottesville, Norfolk, Portsmouth, Suffolk, Newport News, Chesapeake, Hampton, and Virginia Beach., United States
 
Record
SN02988115-W 20130216/130214234541-c422aafb0a03a73d18d4253e8883026c (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 |
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.