Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 04, 2008 FBO #2230
SOLICITATION NOTICE

Y -- Washington Headquarters Services Multiple Award Construction (MAC) Solicitation

Notice Date
10/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155, UNITED STATES
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-08-R-0001
 
Response Due
11/30/2007
 
Point of Contact
Lee Dvonch, Contract Specialist, Phone 703-571-0515, Fax 703-693-8579, - Linda Allen, Contracting Officer, Phone 703-692-1207, Fax 703-692-1207
 
E-Mail Address
lee.dvonch@whs.mil, linda.allen@whs.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This procurement is for a multiple award construction contract (MACC) and is restricted to HUBZone and/or Service Disabled Veteran Owned Small Business concerns. All Offerors being evaluated will be considered equal. No preferences will be given. This procurement consists of one solicitation with the intent to award five or more Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, price and other factors considered. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction and renovation by design-build or design-bid-build of general construction at various locations within Washington Headquarters Services' area of responsibility. It is anticipated that the majority of the work will be performed at the Pentagon Reservation. The work will primarily be for construction and renovation of facilities, including abatement and handling of hazardous/regulated materials (including and not limited to asbestos and lead paint) and the civil, sanitary, storm water, mechanical and electrical systems and incidental Information Technology (IT), Furniture, Fixtures & Equipment, Move Services, and Energy Management Control related work necessary to provide turnkey solutions. The North American Industry Code Standard (NAICS) is 236 and the annual size standard is $31 million. The basic contract period will be for 12 months. Each contract contains four (4) 12-month options for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $200,000,000. Task orders are estimated to range between $500,000 and $10,000,000. Task Orders may fall below or above this limit; however contractors are not obligated to accept such task orders under the general terms of the contract. The Government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of $25,000 is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Factor 1 - Past Performance of Offeror and Offeror's Team; Factor 2 -Management Experience and Technical Plan; Factor 3 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror whose proposal is the most advantageous and offers the best value to the government, price and other factors considered. THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The RFP will be posted on the Fedbizopps website at http://www.fedbizopps.gov on or about 29 October 2007. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE FEDBIZOPPS WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Proposed Task Order 0001 - JOIC Project. This project requires reconfiguration of furniture, building of walls, demolition of walls, reworking/repairing of floors, moving of mechanical systems, building of a small kitchenette, and installation of cable trays. The estimated magnitude of Proposed Task Order 0001 is between $250,000 and $500,000. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-08-R-0001/listing.html)
 
Place of Performance
Address: Pentagon Reservation
Zip Code: 22202-3700
Country: UNITED STATES
 
Record
SN01478277-F 20080104/080102224953 (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.