Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
MODIFICATION

Z -- GSA Regional Historical Preservation IDIQ - Solicitation 1

Notice Date
10/4/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
47PL0118D9000
 
Point of Contact
Kimberly M Johnson, Phone: (253) 931-7337, Heather Bowden, Phone: 253-931-7212
 
E-Mail Address
kimberlym.johnson@gsa.gov, heather.bowden@gsa.gov
(kimberlym.johnson@gsa.gov, heather.bowden@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
47PL0018D9000 - Historical Preservation IDIQ Exhibits 47PL0118D9000 - Historical Preservation IDIQ Attachments 47PL0118D9000 - Request for Proposal Added: October 4, 2018 General Services Administration (GSA), Public Buildings Service (PBS), Northwest/Arctic Region (Region 10), Acquisition Division (10PQ), 400 15th Street SW, Auburn WA 98001, with offices located throughout Alaska, Idaho, Oregon, and Washington. The solicitation number is 47PL0118D9000. The North American Industry Classification System (NAICS) Code for this project is: 236220; Commercial and Institutional Building Construction and the size standard of $36.5 million in average annual receipts. This procurement is set aside completely for small businesses. Competition will be limited to small business firms that have a business office in one of R10's locations which include Alaska, Idaho, Oregon, and Washington Historical Preservation MATOC IDIQ. Construction firms, licensed for general construction in the states of Alaska, Idaho, Oregon, and Washington regions with a bona fide place of business and able to self-perform a minimum of 15% of general construction work are invited to participate in this competition. All responsible sources may submit a proposal which shall be considered by the agency. This is a single solicitation with multiple contracts awarded to one Historical Preservation MATOC IDIQ. The solicitation will result in the award of up to (5) five contracts. The contract awardees to the Historical Preservation MATOC IDIQ are in the "award pool". Contractor Teaming Arrangements (CTA) to include entities based on Joint Venture firms, Partnerships, and other formal teaming agreements are allowable to participate in this competition. Offerors in a CTA must be able to meet the stated requirements of the solicitation and evaluation factors as the CTA entity. The acquisition milestones for this procurement are anticipated to be: RFP Issuance - on October 4, 2018 Pre-proposal Conference at Seed Project Site Location: Oct 11, 2018, JA Redden US Courthouse Seed Project Site Visit: Oct 11, 2018 JA Redden US Courthouse Award Issuance - December 2018. PLEASE NOTE: Proposal Due Date is FIRM and will not be extended unless there is a CATASTROPHIC error in the Solcitation. The period of performance is a total of five (5) years from date of award, Base Contract + (4) four option periods. Task Order Request for Proposal will be competed among award pool. Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10. Task Orders requirements are based upon one of three possible project delivery methods to include, Conservation Team as Consultant & Constructor (CaCC), Conservation Team as Consultant Services (CCS) and Conservation Team as Constructor (CaC). The Historical Preservation MATOC IDIQ will be awarded with a base contract maximum value (CMV) of $10 million dollars. The government makes no representation as to the number of Task Orders or actual amount of work to be ordered, however, a minimum of $250.00 is established as the minimum guarantee for the placement of the contract. Contractors participating in all TO RFP'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 $25,000 to $500,000.000. Task Orders may not exceed $1 million per single task order contract. Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. Interested Offerors should anticipate competing for Task Order Contracts using a variety of selection procedures, to include low price, and variations on technical acceptance with fair and reasonable price. 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 solicitation package. Offers submitted in response to the solicitation will be evaluated using the Highest Technically Rated with a Fair and Reasonable Price source selection process. This source selection process is not Lowest Price Technically Acceptable (LPTA). This is a best value source selection conducted in accordance with FAR Part 15. Work to be accomplished under individual task orders includes design, engineering efforts and construction of interior and exterior projects on behalf of GSA. GSA is the federal owner's representative for other federal agencies who rent office space from GSA. Downstream Historical construction efforts will occur in Class A and Other Than Class A office space. Projects may also include Land Port of Entry (LPOE) facilities along the U.S. Border in Alaska, Idaho and Washington. Work will occur typically in fully occupied facilities with the majority of work occurring after hours. These projects are subject to Homeland Security Presidential Directive (HSPD) 12 Security Clearance Procedures. Some projects will include Sensitive But Unclassified (SBU) information which requires document control procedures throughout the project life cycle. SBU Agreement (Exhibit 6) shall be signed by the Interested Vendor prior to receiving additional technical documents pertaining to the solicitation. Interested offerors must be registered in Systems for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (www.fbo.gov) contractors and subcontractors interested in this project must register at this site.The Historical Preservation MATOC IDIQ contract awarded and task orders issued as a result of this solicitation will include Buy American Act clauses. As a result, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Offerors should search for solicitation 47PL0118D9000 Region 10 Historical Preservation IDIQ to access solicitation documents and any amendments. INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS. No telephone or facsimile requests will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/47PL0118D9000/listing.html)
 
Place of Performance
Address: Federally owned and leased locations within Region 10: Alaska, Idaho, Oregon & Washington, United States
 
Record
SN05115228-W 20181006/181004230617-9349bc9c48a7e378b21e2f8e2d9d3ced (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.