Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

Z -- Multiple Award indefinite quantity term contract for construction services, serving the states of PA, NJ, and DE

Notice Date
2/25/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Realty Services District (3PP), The Strawbridge Building, 20 N 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-10-AZ-C-0013
 
Archive Date
4/27/2010
 
Point of Contact
Javier Perez, Phone: 215-446-4704, Renee P. Domurat, Phone: (215) 446-4684
 
E-Mail Address
javier.perez@gsa.gov, renee.domurat@gsa.gov
(javier.perez@gsa.gov, renee.domurat@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This will be an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for various repairs and alterations to Government owned and leased facilities serving the states of Pennsylvania, New Jersey, and Delaware. The work to be performed under the terms of this contract includes, 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 included 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; plastering and plaster repair work; sidewalk repair / replacement, asphalt / concrete paving ; alterations including but not limited to electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, repointing, cleaning, sealing, earthwork, miscellaneous drainage structures such as culverts and headwalls, pavement repair and construction and other miscellaneous minor civil work items; Roofing involving installation, repair and alteration, and removal of all types; and Paving relevant to property and roads owned, leased or otherwise controlled by GSA, or other Federal authorized agencies; and other such related work as noted throughout this package, and which is specifically listed on the task order and job drawings. Tasks order will primarily be for construction, however; GSA reserves the right to include design-build services. The Government intends on awarding a contract to three or more contractors under this solicitation. The contract term will be for one (1) year, with four (4) one-year options. The individual orders to be placed under the contracts will range in value from approximately $25,000 to $2,500,000.00. The approximate value of construction services anticipated to be performed over the entire life of the contract (base plus options) is between $10,000,000.00 and $40,000,000.00. Delivery orders will detail each item of work requested by the ordering official. Non-line item work may also be required and shall be negotiated to include all labor, equipment, supplies and necessary materials to perform all work required. Contractors will adhere to and act in accordance with the latest State and Federal Regulations, standards, specifications, building codes, and terms and conditions of the contract. Individual orders may be competed among the selected firms under the contract unless the Government deems otherwise for a specific delivery order. THE PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS; THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. The North American Industry Classification System (NAICS) code is 236220 with a size standard of $33.5 million. Large business concerns shall provide a subcontracting plan with their proposal. This is a negotiated procurement. Proposals will be opened privately. Request for Proposals will be available on or about March 12, 2010. Offerors will be evaluated using the source selection/Best value procedures outline in the solicitation. Evaluation factors will consist of Past Performance, Key Personnel Qualifications, Small Disadvantaged Business Participation and Total Evaluated Price. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. It is fully integrated with other electronic government initiatives such as the Vendor Past Performance System (VPP). VPP is a module within the PBS contract writing system that collects, maintains, and disseminates contractor performance information. You may access FedBizOpps via the following URL https://www.fbo.gov. You will then be required to access the vendor registration and obtain the vendor user's guide to walk you through the registration process. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's, CCR Point of Contact), Your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number), Your Telephone Number and Your E-Mail Address. Also, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Applications (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. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. All requests must be submitted to the General Services Administration, Public Buildings Service, Acquisition Management Division, Attn: Javier Perez, 20 North 8th Street, Philadelphia, PA 19107. Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRW/GS-03P-10-AZ-C-0013/listing.html)
 
Place of Performance
Address: This will be an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for various repairs and alterations to Government owned and leased facilities serving the states of Pennsylvania, New Jersey, and Delaware., United States
 
Record
SN02076390-W 20100227/100226094503-f54952eaf806d941a0286ccdd3b562e2 (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.