Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2014 FBO #4675
MODIFICATION

Z -- Repair and Alterations Construction IDIQ Term Contracts - Amendment 2

Notice Date
9/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GS-04P-14-EZ-D-0006
 
Point of Contact
Julius Teal, Phone: 404-331-1594
 
E-Mail Address
julius.teal@gsa.gov
(julius.teal@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DB201A-SB_Solicitation Amendment 2 Solicitation Number: GS-04P-14-EZ-D-0006 Repair and Alterations Construction IDIQ Term Contracts States of North and South Carolina Synopsis: The General Services Administration (GSA), Public Buildings Service (PBS), Region 4, intends to solicit proposals for a new indefinite delivery indefinite quantity (IDIQ) multiple award term contract for construction services for general repairs and alterations, with design-build capabilities. This requirement will be set aside exclusively for Service-Disabled, Veteran Owned Small Business (SDVOSB) concerns. Performance Location: All counties within the States of North Carolina and South Carolina. General Description of Scope of Services: This contract is to provide repair and alteration construction services. In addition, design work incidental to construction as well as design-build work are included. The NAICS code for this procurement is 236220 with a size standard of $33.5 million. This will be a firm fixed price contract. All work to be acquired under the contract will be accomplished by the issuance of individual task orders. The individual task orders to be placed under the contract will range in dollar value from approximately less than $25,000 to $5,000,000.. The Maximum Order Limitation (MOL) shall be $25,000,000 aggregate, for all task orders for the entire term of the contract. The $25,000,000 aggregate limit will be separated equally per awardee. Offerors will be required to provide a letter from their bonding company with their proposal submission demonstrating their bonding capacity of at least $1,000,000 per single project. This contract vehicle may be utilized by both GSA Regional and Field Office personnel. This contract will be solicited as a one (1) year contract, with four (4) one (1) year option periods, for a total potential contract period of five (5) years. Facilities covered under the scope of this contract include Government owned and leased facilities in all counties within the States of North and South Carolina. Services will be required under these contracts on an as-needed basis. Task orders will be prepared based on defined scopes of work for specific projects and issued with firm fixed price tasks orders. The solicitation will include a Statement of Work (SOW) for a Sample Task Order-within the scope of this contract. T he contract will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm-fixed price award to the offerors who provide the best value to the Government.. Offerors will be evaluated based on technical merit and price proposals. For this procurement, technical evaluation factors, when combined, are significantly more important than total evaluated price. The trade-off process under the best value approach will be used. The technical evaluation factors carry the same weight: 1. Prior Experience, 2. Past Performance, 3. Qualification and Experience of Key Personnel, 4. Quality of Constructability Review, and 5. Management Approach for Sample Task Order. The Government's intent is to award no more than six (6) offerors who submit proposals which will provide the best value to the Government in terms of technical qualifications and price. The Government intends to make award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The solicitation package (including specifications, offer forms, clauses, and provisions) will only be available electronically on FedBizOppsIt will be available on or after August 08, 2014. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Offerors MUST be registered in the System for Award Management (SAM) database, which is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS, in order to participate in this procurement. There is NO fee to register for this site. Entities may register at no cost directly from this page. User guides and webinars are available under the Help tab. The website for SAM is http://www.sam.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to have completed their Representation and Certifications electronically via the SAM website through https://www.acquisition.gov. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. All questions must be submitted in writing either by email or fax to the attention of either Mr. Julius Teal (email: julius.teal@gsa.gov, Mr. Teal can be reached by phone at 404-331-1594.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GS-04P-14-EZ-D-0006/listing.html)
 
Place of Performance
Address: States of North and South Carolina, United States
 
Record
SN03504656-W 20140912/140910235451-00ebe12eaafca3981aa0de21cc9bee99 (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.