Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SOLICITATION NOTICE

Y -- Construction Management IDIQ

Notice Date
6/26/2024 8:06:37 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
ACQUISITION & MATERIAL MAN. DIV. Washington DC 20515 USA
 
ZIP Code
20515
 
Solicitation Number
AOCACB242164
 
Response Due
7/10/2024 10:00:00 AM
 
Archive Date
07/25/2024
 
Point of Contact
Darwin Thomas, Phone: 2022277234
 
E-Mail Address
darwin.thomas@aoc.gov
(darwin.thomas@aoc.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
The Architect of the Capitol (AOC) anticipates issuing a new requirement Request for Proposal (RFP) for construction management services under an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC).� This contract is in support of facilities management for the Capitol Complex to include House Office Buildings, Senate House Office Buildings, United States Capitol Building, Library of Congress, Supreme Court of the United States, Thurgood Marshall Judiciary Building, US Botanic Gardens, the Capitol Power Plant, Library of Congress facilities at Fort Meade, and the AOC Blue Plains Complex located in S.E Washington, D.C.� These services have allowed smooth delivery of critical design and construction projects.� This need still exists in order for successful implementation of support services for the Capitol Complex.� Jurisdictions have expressed interest and the need for continued CMS capabilities into the future.� The IDIQ is a valuable and expedient procurement vehicle for delivery of the necessary construction management needs. The selection of a Construction Manager and individual Firm-Fixed-Price or labor hour task orders allows for faster delivery of the necessary personnel, material, equipment for project management and quality control services for AOC projects. 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. Potential offerors are welcome to submit capabilities statements and/or marketing materials to Mr. Darwin Thomas at Email: Darwin.thomas@aoc.gov not later than the issuance of the solicitation. Potential offerors may also include recommendations/suggestions for consideration to be incorporated in the subsequent contract to include fair opportunity ordering procedures, contract terms, and/or task order pricing methodology. Fifteen-minute one-on-one meetings may be requested to discuss your firm�s capability and solicitation recommendations/suggestions. However, scheduling is dependent on AOC staff availability and the capability of your firm�s ability to meet or exceed the subsequent solicitation requirements. The resultant IDIQ contract will be solicited with the use of full and open competitive procedures.� The IDIQ contract may include two award tracks. For the Unrestricted competition track, the Government seeks to award approximately two (2) IDIQ contracts. For the small business Set-aside competition track, the Government seeks to award approximately two (2) IDIQ contracts. However, the Government reserves the right to award more or fewer contracts in each of the competition pools described above, if the Source Selection Authority determines it is in the Government�s best interests. The Government also reserves the right not to award any contracts within each competition pool, depending on the quality of the proposals and prices submitted.� Each small business Offeror may choose to compete in either or both award tracks however, the AOC may limit the small business offeror to one track based on the offeror individual capacity. � This IDIQ shall include one Base Year Period and seven (7) Option Year Periods that run approximately eight years.� 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 the IDIQ contract are currently estimated at an $80,000,000 ceiling for the unrestricted track, and $30,000,000 ceiling for the small business track. The actual cumulative amount of all task orders ceiling is subject to change and will be reflected in the actual solicitation. ��The contract ceiling is a shared value within the unrestricted and small business tract. AOC anticipates the use of the trade-off evaluation 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. This RFP and any subsequent amendments will be issued in electronic format only and will be available on or about October 31, 2024, on the Contract Opportunities (formerly Federal Business Opportunities) website at SAM.gov.� Please be advised the date for solicitation posting is estimated and the actual posting date may be after the aforementioned estimated date.� The anticipated award date is March 1, 2025.� Please address all questions in writing to Darwin Thomas Jr., Contracting Officer, via email at Darwin.thomas@aoc.gov.� Telephone inquiries or individual meeting request will not be acknowledged or accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ad6df6e4e614755835a4ef198729f11/view)
 
Place of Performance
Address: Washington, DC 20003, USA
Zip Code: 20003
Country: USA
 
Record
SN07108738-F 20240628/240626230118 (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.