Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2011 FBO #3443
MODIFICATION

Z -- Indefinite Delivery/Indefinite Quantity General Construction Contract

Notice Date
4/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Division (4PQAP), 77 Forsyth Street, Terrace Level, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-11-BV-D-0016
 
Point of Contact
Kiersten D. Sellers, Phone: 4045263125, Gwendolyn Rackley, Phone: 404-562-0851
 
E-Mail Address
Kiersten.Sellers@gsa.gov, Gwendolyn.Rackley@gsa.gov
(Kiersten.Sellers@gsa.gov, Gwendolyn.Rackley@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION NOTICE FOR DESIGN BUILD/GENERAL CONSTRUCTION INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACTS for the states of Georgia, Tennessee, Mississippi, Alabama, and Northern Florida for various Government-owned buildings or government leased space in various counties within Region 4, SOLICITATION NO. GS-04P-11-BV-D-0016. The Acquisition Division in the Southeast Sunbelt Region of Public Buildings Services of the U.S. General Services Administration (GSA) is presently soliciting proposals from qualified offerors desiring to compete in the procurement process for the subject construction project. The type of contract is an IDIQ contract which task orders will be made against the contract. An IDIQ contract provides Design Phase Services and Construction Phase Work. GSA intends to award (7) seven Design Phase Services/ Construction Phase Work contracts under this acquisition that offers the best overall value to GSA. Each contract will include a base year plus four (4) additional one-year unilateral options. This procurement is a total small business set aside. Only those firms qualifying as Small Businesses under the guidelines of NAICS CODE 236220 are eligible to compete. SIC Code 1542. The maximum yearly contracts amount is $5,000,000. The guaranteed minimum contract amount is $1,000. ANTICIPATED SOLICITATION ISSUE DATE IS MAY 11, 2011. The IDIQs will be competitively chosen using Advisory Multi-step (FAR 15.202), and Source Selection (FAR 15.3) procedures. There will be no public opening of offers. The type of non-specific projects to be performed under this contract which shall be evaluated as similar projects in the procurement include, but are not restricted to: general office renovation and construction; wall partition construction, modification and alteration of floor and wall mounted telephones, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway, and various under floor duct 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 delivery orders and job drawings. Provide Architectural; structural, civil geotechnical, mechanical, and electrical engineering; landscape architecture; elevator, and security planning/design; interior drawings/materials. The services required for design (in whole or part) are for renovation/alteration projects with design build requirements. A best value concept will be applied for evaluation of offers and selection of the successful Offeror for this procurement. The best value approach provides the opportunity to select an Offeror who is not necessarily the lowest-priced or the highest technically-ranked. GSA will select the proposal that represents the best value based on the evaluation of technical factors. This is a multi-step advisory procurement that consists of two stages. In Stage I, Pre-Solicitation Notice, i nterested Offerors must provide a statement from their federally approved bonding corporate surety (see website at http://www.fms.treas.gov/c570/index.html), certifying their bonding capacity for a project of $1,000,000. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternate to evidence of corporate bonding capacity. Offerors responding to Stage I must also submit information in providing Design Phase Services and Construction Phase Work. Submissions shall clearly address the Stage I rating factors identified in this announcement. Proposals will be evaluated using an Advisory Multi-step Process as specified in FAR 15.202. The Contracting Officer shall advise respondents considered not to be viable competitors of the general basis for that opinion. All Offerors shall be informed that, notwithstanding the advice provided by the Contracting Officer in response to their submissions concerning their viability, they may still compete in Stage II. Licensed general contractors having the minimum bonding capacity are invited to respond to this Stage I Pre-Solicitation Notice by submitting one (1) original and three (3) copies of the required technical information. The submission should be in an 8-1/2" x 11" bound format and should be organized to correspond with the evaluation factors listed below. Standard Form 330 may be utilized, but is not required. The total pre-solicitation notice submission should not exceed 10 one-sided 8-1/2"x 11" pages or 5 double-sided 8-1/2"x 11" pages (not including Table of Contents or Section Separators), with one-inch margins, and in a font not less than 12-point in size. Font style is optional. Description : These factors consider the Offeror successfully completing similar projects. "Similar" projects are defined as projects which entailed alterations or expansions to occupied space, mechanical systems, electrical systems, plumbing systems, architectural finishes, or any combination of those types of alterations or expansions for commercial or Federally owned or leased space with a cost of at least $500,000 completed within the last 5 years. The SSEB will be limited to reviewing only projects of similarity. Relate all projects submitted in Factors 1 and 2 in type and scope to this project. Factor 1 : Design Phase Services on similar projects. Demonstrate at least one (1) project completed within the past five (5) years in excess of $500,000 in construction cost, in which the Offeror provided Design Phase Services similar to those required under this project. Factor 2 : Construction Phase Work as a prime contractor on similar projects. Demonstrate experience on at least two (2) projects completed within the past five (5) years in excess of $500,000 in construction cost in which the Offeror provided Construction Phase Work similar to those required under this project. Factor 3 : Bonding Capacity: Provide a statement from their federally approved bonding corporate surety (see website at http://www.fms.treas.gov/c570/index.html), certifying their bonding capacity for a project of $1,000,000. Other bonding options are available in accordance with FAR 28.204 and may be provided as an alternate to evidence of corporate bonding capacity. Projects proposed under Factor 1 and Factor 2 may be the same. The Stage I Pre-Solicitation Notice factors are independent of the factors in the Stage II Request for Proposal and will be used to evaluate an Offeror's viability based on its submissions to the Stage I Pre-Solicitation Notice. Offerors will be notified of viability and the Request for Proposal will be released on or about May 11, 2011. Stage II Request for Proposals (RFP). The Stage II evaluation will be based on technical factors and the technical factors will be weighted. Proposals will be evaluated and scored according to technical evaluation factors and standards outlined in the RFP and SSP. As part of the Stage II evaluation, the Contracting Officer and Source Selection Evaluation Board (SSEB) may conduct interviews. However, GSA reserves the right to evaluate proposals and make award without discussions or oral presentations (clarifications may be made as described in FAR 15.306(a)). Interviews, if held, will be conducted at GSA's Office in Atlanta. GA. Interviews, negotiations or discussions, if held, will only be held with Offerors that are in the competitive range of the Stage II evaluation. Negotiations may also be conducted by the Contracting Officer or their authorized representative. After technical evaluations, discussions and/or negotiations, and revised proposals, if required, the SSA will select the Offeror whose offer is the best value and most advantageous to the Government. Final selection will be made based on Source Selection procedures. The following criteria represent the factors that will be used by GSA's Source Selection Evaluation Board in evaluating Stage II proposals. Factor 1 considers past performance in providing Design Phase Services/ General Construction on similar projects. Factor 2 considers past experience in providing Phase Services/ General Construction on similar projects. Factor 3 considers qualifications and experience of key personnel. Factor 4 considers the management plan and technical approach. Factor 5 considers the Offeror's available resources and facilities to accomplish the project. Stage II proposals will be due on or about June 20, 2011. Interested firms must send their Stage I submission, no later than 2:00 PM EST on Wednesday, May 11, 2011, to Kiersten D. Sellers, Contract Specialist, General Services Administration, Public Buildings Service, Acquisition Management Division (4PQAP), 77 Forsyth Street, Terrace Level, Atlanta, Georgia, 30303. A Pre-Proposal Conference is anticipated on or about June 1, 2011, in Atlanta, Georgia, and will be established and published in the Request for Proposals in Stage II. All submittals must clearly indicate the solicitation number (GS-04P-11-BV-D-0016) on the face of the envelope. Late submittals will be handled in accordance with FAR 52.215-1(c)(3). Facsimile proposals will not be accepted however, email submissions can be sent to Kiersten.Sellers@gsa.gov. Be advised that, due to heightened security measures, individuals entering a Federal facility must have photo identification and may be delayed. Firms planning to hand-deliver submissions should take this into consideration and call two hours prior to their arrival to ensure someone is available to pick up the proposal. Please direct any questions to Kiersten Sellers, at (404) 526-3125 or email: kiersten.sellers@gsa.gov. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-03-11 16:10:10">Mar 11, 2011 4:10 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-04-27 14:15:22">Apr 27, 2011 2:15 pm Track Changes *************THIS PROCUREMENT HAS BEEN REACTIVATED. ALL PREVIOUS INTERESTED PARTIES SHOULD PAY CLOSE ATTENTION TO WHAT IS REQUIRED UNDER STAGE I IN ORDER TO BE CONSIDERED FOR STAGE II.***********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-11-BV-D-0016/listing.html)
 
Place of Performance
Address: Primary - State of Georgia, Alabama, Mississippi, Tennessee and N. Florida., United States
 
Record
SN02434535-W 20110429/110427234559-43cf2085fe3b3050c0f257cab54a490f (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.