Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

Z -- Repairs and Alterations (on an as needed basis) in Federally-Owned and Leased Space in New York Metropolitan Area

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-06-PLD--0007
 
Response Due
3/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Presolicitation notice. Provide all labor, material, supervision, equipment, and tools necessary to perform general repairs and alterations (mostly interior) to Federally-owned and leased buildings within the five (5) boroughs of New York City, and in the New York State counties of Nassau, Suffolk, and Westchester. This is a multiple-award, Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contracts solicitation, and the offeror shall have the ability to perform construction projects (on an as-needed basis) ranging in dollar value from $2,000.00 to $2,470,000.00 (the GSA Prospectus Level). The offeror may also be required to furnish design (architect & engineer) services on certain projects. The offeror will be required to serve as the General Contractor and will therefore be responsible for the work of all trades involved on the projects. The estimated cost of construction under these contracts is approximately $1.1 million per year, however up to $5 million in projects may be awarded each year. This procurement will be a total small business set aside. To be considered a small business, the concern?s average annual receipts for the preceding three (3) fiscal years may not exceed $31 million (under NAICS 236220). There will, in addition, be partial set asides (a) to service-disabled, veteran-owned small business concerns, (b) to HUBZone small business concerns, and (c) to 8(a) concerns. The Government intends to make multiple awards (anticipate seven (7) contracts) under the subject solicitation. Three (3) of the contracts will fall under the partial set-aside portion, and one award, therefore, may be reserved for a qualified service-disabled, veteran-owned small business concern; one award may be reserved for a qualified HUBZone small business concern; and one award may be reserved for a qualified 8(a) concern. All small business concerns will be eligible to bid on the non-set aside portion (anticipate four (4) contract awards). The sealed-bid method of procurement will be used. Awards will be made to the responsible bidders (see Federal Acquisition Regulation Subpart 9.1) whose bid is responsive to the terms of the invitation for bids and is most advantageous to the Government, considering only price and the price related factors included in the invitation. Individual Task Orders exceeding $2,000.00 will be competed amongst the contract awardees unless the Government deems otherwise on an individual Task Order basis. Non-price evaluation factors (e.g., past performance) may be considered in addition to price in determining the placement of Orders. The contracts will be for a one-year Base Period with four (4) one-year Options to be exercised at the Government?s discretion. The contracts are expected to commence on September 1, 2006. There will be a Guaranteed Minimum quantity of work the Government agrees to order from each contractor. This amount will be predicated on the division of $100,000.00 per year by the total number of contracts awarded (e.g., if there are five (5) total awardees, the figure will be $20,000.00 per contractor). The NAICS code for this procurement is 236220. Firms interested in receiving a complete solicitation (bid) package please send a written request, no later than the close of business on Tuesday, March 28, 2006, to the attention of: Mr. Jonathan Phillips, Contracting Officer, General Services Administration, Federal Center Service Center (2PMC-F), 26 Federal Plaza, Room 16-124, New York, NY 10278 or by facsimile to (212) 264-4808. Please no phone or e-mail requests. The solicitation will be available on or about April 20, 2006. There will be a public opening of bids anticipated on or about May 24, 2006. ATTENTION PROSPECTIVE SUBCONTRACTORS: If you are interested in serving as a potential subcontractor to the General Contractors bidding on this solicitation and you wish to have your company information included in the solicitation, for marketing purposes, please submit your company name, address, phone number, contact person, and area(s) of specialization (e.g., electrical, carpentry, plumbing) by electronic mail to scott.starkman@gsa.gov (type ?Subcontractor Info? as the Subject) by close of business on Tuesday, March 28, 2006. Questions regarding this announcement may be directed to Jonathan Phillips, Contracting Officer, at (212) 264-2818, or to Scott Starkman, Contracting Team Leader, at (212) 264-2759.
 
Place of Performance
Address: Various Federal Buildings and U.S. Courthouses in New York City, Long Island, and Westchester County, in New York State
Zip Code: 10278
Country: USA
 
Record
SN01006128-W 20060316/060314212704 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.