Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOLICITATION NOTICE

Z -- Indefinite Delivery Indefinite Quantity Contract for Repair and Alterations for the state of Florida

Notice Date
7/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PG), 401 West Peachtree Street, Suite 2500, Atlanta, GA, 30365
 
ZIP Code
30365
 
Solicitation Number
GS-04P-06-EX-D-0138
 
Response Due
9/8/2006
 
Archive Date
9/23/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA) formally announces the intent to issue a Request for Proposal (RFP) for General Construction for Repairs & Alterations based on a total small business set-aside, for up to four (4) stand-alone Indefinite Delivery Indefinite Quantity (IDIQ) contracts supporting projects on an as-needed basis, within the State of Florida. Task orders will specify the work to be performed. Each contract will consist of a base year, extending 365 calendar days from the date of contract award and four (4) additional one-year duration Options to be issued at the discretion of the Contracting Officer for a potential total duration of 5 years. The base year and each option year will individually have a $5 Million maximum order limitation (MOL). All work will be performed based on task orders issued under the basic contract for projects ranging up to $5 million. Task order Statement of Work (SOW) will consist of Repairs and Alterations to both owned and leased space in various buildings within the State of Florida to be performed under the terms of this contract include but is not limited to, Federal office space renovations including the preparation of contract documents sealed by registered professionals for design build purposes within their areas of expertise and the construction thereof; general construction services including wall partition construction, modification and alteration of floor and wall mounted telephones, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway, and various under floor duct systems; installation of new and the alteration of existing power panels; carpet and carpet tile installation; painting, HVAC duct work modification and repair; door, door frame, and door set hardware installation; installation of various wall coverings and draperies; communications cabling; grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems; and other such related work which would be outlined in delivery order and job drawings. Provide design and or construction related to architectural; structural, civil geotechnical, mechanical, and electrical engineering; hazardous material identification, abatement and monitoring; landscape architecture; elevator, and security planning/design; interior design; life safety/fire-protection; historic preservation requirements; and the checking of shop drawings/materials. The services required for design (in whole or part) is for renovation/alteration projects with design-build requirements. The selection process will utilize source selection procedures in accordance with FAR 15.101-1. The primary objective of this process is to select the most technically qualified contractor that offers the best overall value to the Government when all factors including price are considered. For this acquisition, technical/management factors are more important than price and price related factors. The evaluation factors will be outlined in the Request for Proposal (RFP). Award without discussions is contemplated. Therefore, offerors in responding to the RFP are encouraged to submit all proposals on their best terms and conditions. This acquisition is a total small business set-aside. The small business size standard for this procurement (NAICS 236220) in accordance with FAR 19.1 is average annual receipts of $28.5 million. The RFP will be issued on or about August 7, 2006 and proposal will be due 30 days after issuance. The date and location of the pre-proposal conference will be provided in the solicitation. The Government reserves the right to reduce the number of proposals for purposes of efficiency. This is not a Request for Proposal.
 
Place of Performance
Address: State of Florida
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01094379-W 20060722/060720221812 (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.