Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

Z -- LARGE IDIQ, REPAIR & ALTERATIONS

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Greater Chicagoland Service Center, General Services Administration, Public Buildings Services, 230 S. Dearborn Street, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS05P09SID0142
 
Point of Contact
Lacie L. Kaiser, Phone: 312-353-4247, Edgar Delgado, Phone: 312-353-8797
 
E-Mail Address
lacie.kaiser@gsa.gov, edgar.delgado@gsa.gov
(lacie.kaiser@gsa.gov, edgar.delgado@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This procurement will be an Indefinite Delivery /Indefinite Quantity (IDIQ) Repair & Alterations construction contract serving various locations in Northern Illinois and Northwest Indiana. The Government intends to make multiple contract awards. Each contract term will be for one year with four one-year options (that may be exercised at the discretion of the Government). Once an IDIQ contract is awarded, delivery orders will be issued for specific projects where firm-fixed-price or Construction Manager as Constructor (CMc) construction services are required. Orders will be competed among the firms awarded IDIQ contracts, in accordance with the Fair Opportunity Procedures included in each contract. B riefly, and without force and effect upon contract documents, work of contract can be summarized as follows. The work to be performed under the terms of this contract include, but is not limited to: general office renovation, interior construction and building exterior repair, replacement and alteration work; wall partition construction, modification and alteration of floor and wall mounted telephone, signal, and power outlets to include 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; mechanical equipment modification and repair, 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; plastering and plaster repair work; sidewalk repair/replacement, asphalt/concrete paving and other such related work as noted throughout this package, and which is specifically listed on the delivery order and job drawings. Qualified contractor(s) will be selected using a best-value source selection procedure. This is a negotiated procurement in accordance with FAR Part 15 and is open to all business concerns. The North American Industry Classification System (NAICS) Code is 236220 with a small business size standard of $33.5 million. The total maximum annual order limitation will be $10,000,000 for each contract. The solicitation will be available on or about September 25, 2009. The solicitation cited above can accessed on FedBizOpps.gov. The solicitation will be designated as sensitive but unclassified (SBU) acquisition information. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments if any to the solicitation. Mail, facsimile, telephonic or electronic mail requests will not be honored. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October, 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.ccr.gov. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Offer due date and time for receipt of proposals will be set when the full solicitation is posted, but not less than 30 calendar days from such time. Any questions regarding this notification should be directed to the Contract Specialist or Contracting Officer whose names appear herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT1/GS05P09SID0142/listing.html)
 
Place of Performance
Address: Various Locations, Northern Illinois and Northwest Indiana, United States
 
Record
SN01950488-W 20090913/090912000439-f37542bd89b94c5f2d9e8a1c3e02b97e (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.