Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2022 SAM #7448
SOLICITATION NOTICE

Z -- Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) for General Construction Services in the East Coast Corridor of PBS Region 3

Notice Date
4/20/2022 1:24:03 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R3 ACQ MGMT DIV SOUTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
47PD0222R0035
 
Response Due
6/7/2022 9:00:00 PM
 
Point of Contact
James Eckhardt, Phone: 2154465765
 
E-Mail Address
James.Eckhardt@gsa.gov
(James.Eckhardt@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Procuring Agency The General Services Administration (GSA), Mid-Atlantic Region 3, Public Building Services (PBS), Acquisition Management Division, intends to issue a Request for Proposal (RFP) for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract that provides for an indefinite quantity General Construction Services. Description of Services The General Contractor (GC) shall supervise, administer, perform, and contract all construction activities required to complete a project. Construction activities for the anticipated solicitation include but are not limited to commercial office construction and/or renovations/repairs, MEP (Mechanical/Electrical/Plumbing) repairs/modifications/replacement, fire sprinkler systems repairs/modification/replacement, sitework, exterior construction repair and alterations (including facades and roofs), demolition (including abatement of hazardous materials), elevator modernizations and any other construction activities the government may require. The GC may be required to utilize the following deliver methods to deliver projects for the GSA; 1. �� Design/Bid/Build (DBB) Traditional 2. �� Design/Build (D/B) Location of Services The geographical location for this requirement is expected to cover the following areas:� Zone A-Northern Philadelphia, PA and Surrounding Counties (Bucks, Montgomery, Delaware), Southern New Jersey (Trenton (Mercer County) and south), State of Delaware, Zone B- Central State of Maryland, Berkley, Jefferson, and Morgan counties in West Virginia. Zone C- Southern Eastern Virginia (including but not limited to following counties; Henrico (Richmond City), Alexandria City, Arlington, Fairfax, Loudoun, Norfolk) Contract Value The Maximum Ordering Limit (MOL) for this contract vehicle is $125,000,000.00. Meaning the cumulative total for all task orders awarded to all contractors over the life of the contract (5 Years) shall not exceed $125 Million. The anticipated ordering limits are between $250,000.00 and $10,000,000.00. The typical task order is expected to be between $750,000.00 and $3,000,000.00. Ordering Periods ANTICIPATED IDIQ CONTRACT ORDERING PERIODS Base Ordering Period��������������������������������������������������� January 1, 2023 to December 31, 2023 Option Ordering Period 1�������������������������������������������� January 1, 2024 to December 31, 2024 Option Ordering Period 2�������������������������������������������� January 1, 2025 to December 31, 2025 Option Ordering Period 3�������������������������������������������� January 1, 2026 to December 31, 2026 Option Ordering Period 4�������������������������������������������� January 1, 2027 to December 31, 2027 Option to Extend Services (FAR 52.217-8)�� ������������� January 1, 2028 to June 30, 2028 Competitive Procedures This procurement will be competed utilizing full and open competition after exclusions in accordance with FAR 6.2. The government intends to award no fewer than twelve (12) but no more than sixteen (16) awards. As part of this award the government has elected to reserve� contracts for socioeconomic concerns in accordance with FAR 19.502-4(1) and Section 1331 of Public Law 111-240 (15 U.S.C. 644(r)). The Government intends to reserve the following contracts for socioeconomic concerns. 8(a) Participants- 2 Contracts Woman Owned Small Business- 2 Contracts HUBZone- 2 Contracts Services Disabled Veteran Owned- 1 Contract Competitive proposal will be requested in accordance with FAR 15 �Contracting by Negotiations.� Selection Procedures The award will be made utilizing the tradeoff process prescribed in FAR 15.101-1. The objective of the Source Selection Process is to select the proposals that represent the best value to the Government. The award will be made to the responsible Offerors whose proposals conform to the solicitation and offers the best value to the Government, considering the price and non-price factors. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include: Experience Approach & Management Plan Past Performance Socioeconomic Concern Status Procurement Schedule (Will be updated at time of solicitation) Issue Request for Proposal- On or about May 9, 2022 Pre-Proposal Conference- On or about May 23, 2022 Proposal Due Date- on or about June 8, 2022 Evaluation Process- Approximately June 15, 2022 through September 15, 2022 Award Date- On or about November 30, 2022 Awardee Kickoff Meeting- On or about December 14, 2023 Ordering Period Start Date- On or about January 1, 2023 NAICS Code and Small Business Standard The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 million.� Pre-Proposal Conference for Prime Contractors A pre-proposal conference will be held via teleconference for Prime Contractors interested in proposing on this solicitation.� Final details will be provided within the solicitation. It is requested that no more than 2 representatives per vendor join the teleconference to allow as many vendors to join as possible. Attendees are requested to complete Request for Information All inquiries concerning the project shall be directed to the following email address GeneralConstructionIDIQ@gsa.gov. Further instructions will be provided in the solicitation section 201. Offerors shall use the attached �Request for Information Log� when submitting any Request for Clarification or Interpretation. Failure to use the �Request for Information Log� may result in no response to the request.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/407ce7189804431595bc6205dfbe5467/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06303068-F 20220422/220420230055 (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 |
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.