Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

Z -- Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) for Construction & Repair / Alterations with Design / Build Capabilities

Notice Date
5/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PMA), 819 Taylor St., Rm. 12B01, Fort Worth, TX, 76102, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
GS-07P-07-HHD-0096
 
Small Business Set-Aside
Partial Small Business
 
Description
NAICS - 236220. General Services Administration (GSA) is soliciting competitive proposals for Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Construction & Repair / Alterations with Design/Build capabilities. This contract will have eight geographical zones. The following small business set asides have been established for this procurement: Zone I - New Mexico - 8a, Zone II - El Paso - 8a, Zone III - Oklahoma - HUBZone, Zone IV - Dallas / Fort Worth - 8a, Zone VI - San Antonio - 8a, Zone VIII - Louisiana - HUBZone. The remaining zones will be open to all business concerns. Woman Owned, Veteran Owned, HUBZone and Small / Small Disadvantaged businesses are encouraged to submit an offer. Zone V - Houston / Austin - Full and Open, Zone VII - Arkansas - Full and Open. See ATTACHMENT A - IDIQ Contract Zones, with geographical zones outlined. Awards will be made by zones within the primary areas. The secondary contract area is the contiguous United States. Contractors interested in this solicitation SHALL HAVE A BONA FIDE PLACE OF BUSINESS WITHIN THE ZONE OF INTEREST AS OF THE DATE PROPOSALS ARE DUE, ON OR AROUND JULY 23, 2007. The IDIQ contracts shall be for one basic year with a government option to extend the term of the contract one year at a time, not to exceed five years total. THE SUCCESSFUL FIRMS WILL BE REQUIRED TO SUPPORT ALL LOCATIONS WITHIN THE ZONE AWARDED, see ATTACHMENT B -Zone-City Listing; includes but is not limited to the cities listed. Awardees will also be required to submit schedules for orders in Microsoft Project. Pre-proposal teleconferences for Phase I will be held in Fort Worth, El Paso, and San Antonio, TX, New Orleans, LA and Albuquerque, NM, tentatively scheduled to begin on or about June 25, 2007. Please monitor FedBizOpps for more information regarding the scheduling of the pre-proposal conferences. Multiple awards will be made with each awardee being guaranteed a minimum of $200. The minimum ordering limitation per task order will be $500. The maximum ordering limitation of each contract is up to $10 million per year. This negotiated procurement will be accomplished by using source selection procedures with a two phase process. A firm fixed price contract will be awarded to the contractors offering the best value to the Government. Technical ability is significantly more important than price. The Government may or may not hold discussions on technical proposals (except clarifications as described in FAR 15.306(a)) therefore, the offeror's initial proposal should contain the offeror's best terms from a technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government is not limited to contacting only those references provided by the offeror. The Government may also consider the offeror's performance on contracts not submitted by the offeror that the Government is aware of, or becomes aware of. Phase I selection criteria are listed in descending order of importance: Factor 1 - Experience and past performance of the prime contractor and key subcontractors on similar projects, Factor 2 - Qualifications and past experience of key personnel. Key personnel will need to demonstrate a working knowledge and understanding of IDIQ contracts. On occasion small businesses have been unable to field the necessary trades and craftsmen to handle multiple projects in a number of different buildings simultaneously. For this reason it is a requirement of this solicitation that prospective contractors submit with their proposals a separate and detailed plan as to how they would staff their organization in order to meet these commonplace surges in work requiring multiple projects to be executed simultaneously in different buildings and locations. Phase II selection criteria will be Management Approach, including Capacity, Scheduling, and Planning. Offerors will not be reimbursed for Phase I or Phase II proposal submittal expenses. The Government furnished line item listing in this contract will be the primary ordering source. If the awarded contractor refuses to accept work for any line item included in a delivery order issued under this IDIQ contract the government will deem this to be a material breach of the contract and may terminate the contract for cause, without additional expense to the government. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. Contractors are responsible for downloading their own copy of all documents. These documents will be in .pdf (Adobe Acrobat) format and will be available at www.fedbizopps.gov on or about June 7, 2007. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notices, the solicitation and amendments, if any. Contractors can also register to be notified by e-mail of new postings including synopsis, solicitations, and amendments at the site. All responsible sources may submit a proposal which shall be considered by the agency. I encourage contractors to periodically check the site; it is the contractor's responsibility to make sure you have all of the documents related to the procurement. This procurement is being made under the Small Business Demonstration Program.
 
Place of Performance
Address: Greater Southwest Region, Five (5) states including: Texas, New Mexico, Oklahoma, Arkansas and Louisiana
Zip Code: 76102
Country: UNITED STATES
 
Record
SN01301810-W 20070525/070523230644 (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.