Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2024 SAM #8320
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity - Six (6) Single Award Job Order Construction Contracts - for projects under the Simplified Acquisition Threshold for the states of Iowa, Nebraska, Kansas, Kansas City North, Kansas City South and St. Louis, Missouri

Notice Date
9/5/2024 11:49:46 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R6 CAPITAL CONSTRUCTION AND IDV BRANCH Kansas City MO 64108 USA
 
ZIP Code
64108
 
Solicitation Number
47PG1024R0002
 
Archive Date
10/05/2024
 
Point of Contact
Mike Flanigan, Phone: 81
 
E-Mail Address
michael.flanigan@gsa.gov
(michael.flanigan@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Indefinite Delivery Indefinite Quantity - Six (6) Single Award Job Order Construction Contracts - for projects under the Simplified Acquisition Threshold for the states of Iowa, Nebraska, Kansas, Kansas City North, Kansas City South and St. Louis, Missouri Agency Information: General Services Administration (GSA) Public Buildings Service (PBS) Acquisition Management Division (AMD) Capital Construction and IDV 2300 Main St., Kansas City, MO 64108-2417 Solicitation Information: This is a pre-solicitation notice for Request for Proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Job Order Construction Contracts (JOCC) for projects under the Simplified Acquisition Threshold (SAT) for the states of Kansas, Nebraska, Iowa, St. Louis, Kansas City North, and Kansas City South. This procurement is a set aside for small business under the North American Industry Classification System (NAICS) Code 236220 and the size standard is $45 million to the following Small Business Concerns: Nebraska Field Office � Entire State of Nebraska - Woman Owned Small Business � Kansas Field Office � Entire State of Kansas - Small Business with Small Business Concern Evaluation Factor Iowa Field Office � Entire State of Iowa - Woman Owned Small Business St. Louis Field Office � St Louis, Missouri (St Louis Metropolitan area) - Woman Owned Small Business Kansas City South Field Office- Kansas City, Missouri (Kansas City Metropolitan area and the cities of Columbia and Jefferson City, Missouri.) - Small Business with Small Business Concern Evaluation Factor Kansas City North Field Office- Kansas City, Missouri (Kansas City Metropolitan area) - Small Business with Small Business Concern Evaluation Factor� GSA anticipates issuing the Request for Proposals in October 2024 with receipt of proposals in November 2024. GSA anticipates awarding 6 contracts (one for each geographic area) as a result of the solicitation. Contracts will be for one (1) base year with options for four (4) additional years. Total contract length with base and all options exercised is five (5) years. Approximately 50% of the projects between $2,000 to $25,000, 40% of the projects between $25,000 to $50,000, and 10% between $50,000 to $250,000.00. Vendors obtaining an award will be expected to complete traditional IDIQ general contractor duties. � Geographic Areas : This is an Indefinite Delivery/Indefinite Quantity Job Order Construction Contract for six (6) separate Single Awards.� One award will be made for each of the following geographic areas: Nebraska Field Office � Entire State of Nebraska � Kansas Field Office � Entire State of Kansas� Iowa Field Office � Entire State of Iowa� St. Louis Field Office � St Louis, Missouri (St Louis Metropolitan area)� Kansas City South Field Office- Kansas City, Missouri (Kansas City Metropolitan area and the cities of Columbia and Jefferson City, Missouri.)� Kansas City North Field Office- Kansas City, Missouri (Kansas City Metropolitan area) Proposal Submission Requirements: This is a competitive negotiated acquisition. The Government will evaluate proposal packages utilizing source selection procedures. Specifically, the Government will use the best value concept.� The best value concept is the method of evaluating technical qualifications and price as specified in the solicitation. The Government reserves the right to make awards without discussions. Therefore, 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. Offerors are required to submit a technical proposal package and a price proposal package: Technical Package - The evaluation factors for the technical proposal package are, in descending order of importance: (1) Management and Technical Approach (2) Staffing (Qualifications of Key Personnel, Subcontractor Relationships, Self-Performed Work Requirement) (3) Qualifications of the Firm (Project Experience and Past Performance & Contract Experience and Past Performance).� The technical factors are more important than price. As proposals become more equal in the technical merits, price becomes more important. Price Package - The Government will require offerors to provide a bid factor for the base year and each option year period. The Government will evaluate the bid factors as specified in the issued solicitation. Resulting Awarded Contracts: The maximum order limitation for the five year duration for each contract will be $5,000,000.00 for Kansas, Iowa, Nebraska, Kansas City North, and Kansas City South; $7,000,000.00 for the St. Louis Field Office.� The awarded Contractor will be guaranteed a minimum of $1,000.00 for the entire contract duration (maximum potential of five (5) years) to be executed ONLY during the base year, which can be satisfied by the award of one or more Task Orders during the respective Contract period.� In the event a firm receives awards of less than this guaranteed minimum, the Government will reimburse the Contractor for the difference between the actual obligation and the guaranteed minimum. A typical task order issued as a result of this contract will be valued at or less than the simplified acquisition threshold. Contractors will be expected to compete for traditional IDIQ general contractor duties.� Offerors receiving an award as a result of this solicitation will be required to place offers on all task orders issued under this contract. Successful offerors will be required to complete a wide range of construction projects over the life of the contract.� Task orders will consist of repair/alteration and tenant finish projects for the GSA and other Government agencies in occupied federally owned or leased buildings. Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, PCB removal and/or elevator work.� Interested parties shall be capable of providing the services associated with the aforementioned competencies. Additional Information: System for Award Management (SAM.gov) is available for use by all Federal agencies. You must be registered with SAM.gov. The solicitation will be available through SAM.gov.� SAM.gov is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information.� It is the vendor's responsibility to monitor SAM.gov for any changes and/or conditions. Online Representations and Certification is required in Federal solicitations as part of the bid submission process, thereby eliminating the need to submit a paper copy of Representations and Certifications with each offer. Please enter and maintain your representation and certification information in SAM.gov. The Contracting Officer for this procurement is Michael Flanigan (michael.flanigan@gsa.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a55c0f3d37b4dec96da97fbdb235e8c/view)
 
Place of Performance
Address: Kansas City, MO, USA
Country: USA
 
Record
SN07199605-F 20240907/240905230122 (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.