SOLICITATION NOTICE
Z -- Region 8 Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC)
- Notice Date
- 1/28/2020 2:00:33 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R8 LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 47PJ0020R0064
- Response Due
- 2/12/2020 3:00:00 PM
- Archive Date
- 02/27/2020
- Point of Contact
- Corey J Roundfield, Phone: 7206560243
- E-Mail Address
-
corey.roundfield@gsa.gov
(corey.roundfield@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY ���������������������������������������������������������������� Total Small Business Acquisition Region 8 Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the states of Colorado, Montana, Utah, North Dakota, South Dakota, and Wyoming (GSA, PBS Region 8) 47PJ0020R0064 Pre-Solicitation Notice General: �Total estimated cost range is approximately: Per Project:� $250,000 - $5 million Per Year Total: $250,000 - $20,000,000 With four (4) option years for an estimated range of $1,000,000 - $100,000,000�� General Services Administration (GSA), Region 8, Public Buildings Service (PBS), Acquisition (8PQB), One Denver Federal Center Building 41, Rm. 240 P.O. Box 25546 Denver, CO 80225-0546. The North American Industry Classification System (NAICS) Code for this project is: 2363 Notice of Set-Aside of Orders (Nov 2011) FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-50 Combating Trafficking in Persons (Jan 2019) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil PROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporation (Nov 2015) FAR 52.222-22 Previous Contracts and Compliance Reports ing source selection procedures.� The Government intends to use the best value concept in making the selections.� The best value concept is a method of evaluating technical qualifications and price as specified in the solicitation which in the Government�s estimation provides the greatest overall benefit in response to the requirement.� Only one proposal may be submitted by each offeror.� Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal�s acceptability solely on the basis of the initial proposal submitted.� The Government may make an award without discussions.� Therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint.� This solicitation will utilize procedures in accordance with FAR 15, Best Value Trade-off Process and it is anticipated that multiple IDIQ contracts will be awarded. Proposal submission instructions will be included in the solicitation package. General Description of Services: The contractor shall act as general contractor for small repair and alteration of real property in federal buildings (NAICS 236220), of both interior space and exterior building envelope and grounds.� The contractor�s roles and responsibilities may include:� design, demolition, abatement, repair and alteration of interior space including but not limited to, carpentry, woods and plastics, drywall, insulation, doors and openings, finishes, paint, bathroom fixtures, plumbing, HVAC, electrical, fire/life/safety equipment, specialized security equipment, fencing, windows, �and outdoor lighting. Value-added services such as service recommendations, additional coordination and liaison with third parties may be required. The construction services will be performed in federally owned facilities throughout GSA�s Region 8, which includes Colorado, Utah, Wyoming, North Dakota, South Dakota, and Montana.� Task orders may occasionally require construction activities in privately owned leased facilities, however it is anticipated that the majority of construction will take place in federally owned facilities.� Attached is a list of buildings where these services may be required.� The construction services shall comply with GSA�s P-100 Facilities Standards, as well as all applicable engineering, architectural and construction standards and codes, to be fully described in any resulting 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 (FedBizOpps.gov or fbo.gov) contractors and subcontractors interested in this project must register at this site. The IDIQ contracts 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. Solicitation documents will be available electronically on or about February 11, 2020, at the following website: www.fedbizopps.gov. Offerors should search for solicitation 47PJ0020R0064 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. The Contracting Officer for this procurement is Len Wilson, len.wilson@gsa.gov, 303-594-9195. The Contract Specialist is Corey Roundfield, 720.656.0243, Corey Roundfield@gsa.gov NO TELEPHONE CALLS WILL BE ACCEPTED.� QUESTIONS ARE NOT PERMITTED.�� THIS IS NOT A REQUEST FOR PROPOSAL OR SOLICITATION. Place of performance:�� U.S. General Services Administration Public Buildings Service, Rocky Mountain Region (R8), (Colorado, Utah, Montana, Wyoming, North Dakota, South Dakota)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2b3bc4f40ed04d2fa490c82bc29ef92f/view)
- Place of Performance
- Address: Lakewood, CO 80225, USA
- Zip Code: 80225
- Country: USA
- Zip Code: 80225
- Record
- SN05545371-F 20200130/200128230148 (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 |