Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2008 FBO #2326
MODIFICATION

Z -- Indefinite Delivery Indefinite Quantity Construction Services with Design Capabilities to facilitate the delivery of General Services Administration's and Department of Homeland Security's programs in States of WA, ID, OR, AK

Notice Date
4/7/2008
 
Notice Type
Modification/Amendment/Cancel
 
NAICS
236220 — Commercial and Institutional Building Construction
 
ZIP Code
00000
 
Solicitation Number
GS-07P-08-HHD-0053
 
Response Due
5/21/2008
 
Small Business Set-Aside
8a Competitive
 
Description
This procurement will result in multiple awards for IDIQ Construction Services with Design/Build Capabilities for GSA and DHS programs for Ports of Entry in the States of Washington, Oregon, Idaho, and Alaska. The competition is limited to eligible 8(a) firms located in Washington, Oregon, Idaho, and Alaska and all other 8(a) participants in good standing serviced by a SBA office outside of Washington, Oregon, Idaho and Alaska, but having a bona fide branch office in Washington, Oregon, Odaho or Alaska. Joint Venture Agreements : Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to proposal due date to ensure compliance with established regulations and approved before award of a resulting contract. If you are contemplating a joint venture on this project, you must advised you assigned Business Opportunity Specialist (BOS) promptly. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL. The IDIQ contracts shall be for a period of one (1) year, with provision to exercise options for four (4) additional one year periods, not to exceed a total of five years. Multiple awards will be made with each awardee being guaranteed a minimum of $1000. 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. A firm fixed price contract will be awarded to the firms 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. Evaluation criteria are listed in descending order or importance: 1. Experience and past performance of the prime contractor and key subcontractors on similar projects. 2. Qualifications and past experience of key personnel. 3. Management Approach. The offeror will need to respond to various scenarios to demonstrate intent and breadth of knowledge and understanding of the requirements for planning, organizing and controlling the execution of the any resultant task orders. Offerors will not be reimbursed for proposal submittal expenses. 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. A solicitation document with a sample project will be posted around April 22, 2008. The documents will be in.pdf (Adobe Acrobat) format and will be available at www.fedbizopps.gov. 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. Firms can also register to be notified by e-mail of new posting including synopsis, solicitations, and amendments at the site. 8(a) firms, as previously restricted in this notice, may submit a proposal which shall be consideered by the agency. Firms are encouraged to periodically check the site; it is the contractor's responsibility to obtain all documents related to the procurement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2998395a35cc66fd2f90a57a6fb6eacd&tab=core&_cview=1)
 
Record
SN01548611-W 20080409/080407220057-2998395a35cc66fd2f90a57a6fb6eacd (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  © 1994-2020, Loren Data Corp.