Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
SOLICITATION NOTICE

Z -- Miscellaneous Construction Services (IDIQ)

Notice Date
12/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Court Services and Offender Supervision Agency, Office of the Director, Procurement Management Staff, 633 Indiana Avenue, NW, Suite 880, Washington, DC, 20004-2902
 
ZIP Code
20004-2902
 
Solicitation Number
9594-05-R-0002
 
Archive Date
1/30/2005
 
Small Business Set-Aside
8a Competitive
 
Description
This requirement is for miscellaneous construction support services for Court Services and Offender Supervision Agency (CSOSA), primarily for minor new construction, renovation, alteration, demolition, maintenance and repair work, typically for commercial office buildings but may also include some residential treatment facilities. The government intends on awarding one, or more, Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract(s) to eligible 8(a) firm(s) through a competitive source selection process. The competition will be restricted to eligible 8 (a) firms currently maintaining a bona fide branch office in the District of Columbia Metropolitan Area (DC, VA, MD, WV). A bona fide branch office is a place where an 8(a) participant regularly maintains a construction management office employing at least one full-time individual within the DC Metropolitan Area geographic boundary. The successful 8(a) participant(s) will be selected using a best value approach, with past performance (in particular, demonstrated ability to meet performance schedules) being more important than price. Price will be evaluated based on a real, or simulated, construction project. (The government reserves the right to independently obtain past performance information after receipt of proposals.) The task order-specific Scopes of Work for the non-commercial construction services under the IDIQ may be comprised of performance-based, design-build, or a combination thereof. (Any design work will be incidental in comparison to the construction requirements for all projects.) Individual task order requirements will be negotiated on a firm-fixed price basis using the R.S. Means ?Square Foot Costs book? (for 2005) as the common negotiation tool. Projects will occur in various physical spaces occupied by CSOSA throughout the District of Columbia. Task Orders issued after award will consist of a broad range of minor new construction, renovation, alteration, demolition, maintenance and repair work, primarily for commercial office buildings but may also include some residential treatment facilities. Work will include tasks in a variety of trades such as carpentry, painting, installation services, plumbing, painting, masonry, welding, HVAC, electrical distribution, etc. The contractor shall furnish all materials, labor, plant, tools, transportation, equipment, testing services insurance and quality control and incidentals necessary to meet the task order-specific Scope of Work (SOW). All work shall be performed in accordance with the technical standards of the basic IDIQ, and the task-order specific SOW. The typical range of required construction services includes mechanical, electrical, and plumbing skills as well as experience with commercial painting and flooring treatments. The estimated period of performance shall be a base year, with four one-year option periods. The anticipated dollar value is an estimated $250,000 for the base year and for each of the one-year option periods, with a total estimated contract value of $1,250,000. This amount may be reduced if multiple (not more than two (2)) contracts are awarded. The Government makes no representation as to the number of task orders or the amount of work to be ordered, however, a minimum amount of $25,000 is guaranteed for each performance year, for each contract awarded. The minimum guaranteed funding amount will be reduced by the issuance of task orders during the period of performance. Individual task orders will typically range from $2,500 to $25,000. Contract award(s) will not preclude CSOSA from acquiring construction services through other acquisition methods during the life of the contract(s). The primary NAICS code is 236220, Commercial and Institutional Building Construction, with a small business size standard of $28.5MIL. It is anticipated the solicitation will be issued electronically on or about 14 January 2005 on the Federal Business Opportunities web page at http:// www. eps. gov The solicitation will contain the mandatory response time and submittal requirements. Paper copies will not be made available. Once the solicitation is posted, it is incumbent upon interested parties to review this web site frequently for any updates / amendments to any and all documents. No telephone requests for this solicitation will be accepted. Firms are reminded registration in the Central Contractor Registration (CCR) at http:// www. ccr. gov is mandatory. This acquisition is set-aside for firms certified for participation in the 8(a) Program serviced by the Washington Metropolitan Area District of the 8 (a) Business Development Program.
 
Place of Performance
Address: Washington DC
Country: USA
 
Record
SN00716297-W 20041205/041203211518 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.