SOLICITATION NOTICE
Y -- Architect of the Capitol - Multiple Award Construction Contract (MACC)
- Notice Date
- 9/2/2020 12:06:08 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
- ZIP Code
- 20515
- Solicitation Number
- AOCACB20R0031
- Response Due
- 9/30/2020 2:00:00 PM
- Archive Date
- 01/01/2021
- Point of Contact
- John Lingamfelter, Gregory Lindsey
- E-Mail Address
-
john.lingamfelter@aoc.gov, gregory.lindsey@aoc.gov
(john.lingamfelter@aoc.gov, gregory.lindsey@aoc.gov)
- Description
- The Architect of the Capitol (AOC) is issuing a Request for Proposal (RFP) for construction services under Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC).� The comprehensive scope of the construction services shall include the following: Energy savings; Selective demolition sustainable SITES/LEED construction; Waterproofing/structural repair of foundations; Rehabilitation of parking garages; Code compliance; Rehabilitation, restoration, and preservation of historic structures and building facades; Fire alarm and fire sprinkler/systems upgrade; Protection systems for facilities and grounds; Roof replacement; Temporary facilities; Emergency power/electrical upgrades, Design/Build Construction; Lighting protection; Building fall protection; Vertical transportation (elevators, escalators); Food service equipment and cafeterias; Garage rollup doors, loading docks upgrades, and alteration; Off-site Data Center upgrades/renovations; Central Power Plant heavy mechanical renovations and upgrades; MEP or HVAC upgrades/replacement; Building automation and direct digital controls; Electrical, lighting, fire alarm system, security alarm system, including cameras and smart metering; General carpentry, casework, general interior space modernization, trim work, and door installation and repairs; paving, sidewalk, and landscape work; and Perimeter security infrastructure. Details on the required services will be provided in individual Task Orders (TO).� Detailed information on required qualifications and past experience will be contained in the solicitation documents. The awarded contract will include various construction services with the period of performance for base services at 365 days from contract award. �This IDIQ shall include one Base Period and seven Option Periods.� Options for the IDIQ may be exercised at any time prior to the expiration of the Base Period or the current Option Period.� The cumulative amount of all task orders issued against each IDIQ contract shall not exceed $250,000,000. Task Order amounts are expected to be between $1,000,000 and $50,000,000.� The AOC will establish separate Job Order Contract (JOC) for smaller construction projects under $1,000,000. � See Section L.2.2. for information on the Pre-Proposal Conference.� This procurement will be based on full and open competition among all sources responding to the Request for Proposal (RFP) and a Two Step, Best Value Trade-Off process will be utilized as the vehicle for this procurement.� The AOC anticipates awarding up to five (5) contracts.� In accordance with the Trade-Off method consistent with FAR Part 15, the selection of the awardees will be based primarily on trade-offs between several technical evaluation factors and price, resulting in the best value to the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b0795196104f4ceeb540b9ea95668243/view)
- Place of Performance
- Address: Washington, DC 20515, USA
- Zip Code: 20515
- Country: USA
- Record
- SN05783935-F 20200904/200902230139 (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 |