Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

Z -- Construction IDIQ for Projects under $150,000.00

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-15-CD-D-0008
 
Archive Date
3/31/2015
 
Point of Contact
Theresa Weikel, Phone: 2154464524
 
E-Mail Address
theresa.weikel@gsa.gov
(theresa.weikel@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This contract is to provide general construction services. The NAICS Code for this procurement is 236220 (Commercial and Institutional Building Construction Contractors). 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 generally range in dollar value from approximately $2,000.00 to $150,000.00. The Maximum Order Limitation (MOL) shall be $7,500,000.00 aggregate for all tasks for the entire term of the contract. The $7,500,000.00 aggregate limit will not be separated equally per awardee; one awardee could potentially receive all task orders based on competition. Offerors will be required to provide a letter from their bonding company with their proposal submission demonstrating their bonding capability of at least $150,000.00 per single project. This contract will be utilized by the GSA Baltimore Field Office. 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 the State of Maryland, excluding Montgomery and Prince George Counties. 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 task orders. The solicitation will include a Statement of Work (SOW) for a Basement Corridor Paint and Wall Guard project within the scope of this contract. The Basement Corridor Paint and Wall Guard project is an actual project that will be used as the basis for price proposal evaluation and may be awarded as the first task order on the IDIQ contract. The 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. This procurement is set aside for competition among small businesses. Small businesses and all categories of small businesses (women-owned, service-disabled veteran-owned, etc.) are encouraged to participate. The small business size standard for this contract is NAICS Code $33,500,000.00. Offerors will be evaluated factors based on technical merit and price proposals. For this procurement, the combined technical evaluation factors are significantly more important than price. The trade-off process under the best value approach will be used. The technical evaluation factors are in descending order of importance: 1. Prior Experience, 2. Past Performance, 3. Key Personnel and 4. Small Business Preference. The Government's intent is to award to approximately five (5) offerors who submit proposals which will provide the best value to the Government in terms of technical qualifications and price. The Government intends to award contracts in approximately July 2015. 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 FedBizOpps. It will be available on or after March 11, 2015. 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 in order to participate in this procurement. The website for SAM is http://www.sam.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 e-mail or fax to the attention of Mrs. Theresa Weikel (e-mail: Theresa.weikel@gsa.gov ; fax 215-209-0522).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-15-CD-D-0008/listing.html)
 
Place of Performance
Address: Various locations in the State of Maryland excluding Montgomery and Prince George counties., Baltimore, Maryland, United States
 
Record
SN03680188-W 20150328/150326235412-8ca32b7c7d66939a5721e5ac0f4bb751 (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.