Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-02 11:30:00
United States SAM

Baltimore Field Office Multiple Award (MAC) Indefinite Delivery / Indefinite Quantity (IDIQ) Contract for Repair and Alteration (R&A) Construction services in Maryland

Process Number 47PD0121R0027

USA

Dates:


Notice ID:

47PD0121R0027

Department/Ind. Agency:

GENERAL SERVICES ADMINISTRATION

Sub-tier:

GENERAL SERVICES ADMINISTRATION

Sub Command:

PBS R3 ACQ MGMT DIV SOUTH

Office:

PBS R3 ACQ MGMT DIV SOUTH

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-11-02 11:30:00

Original Response Date:

Nov 17, 2021 10:00 am EST

Inactive Policy:

Manual

Original Inactive Date:

Dec 31, 2021

Initiative:
  • None***--***

Classification:


Original Set Aside:

8(a) Set-Aside (FAR 19.8)

Product Service Code:

Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS

NAICS Code:

236220 - Commercial and Institutional Building Construction

Description:


Original Set Aside:

PRE-SOLICITATION SYNOPSIS FOR SOLICITATION NO.: 47PD0121R0027 Baltimore Field Office Multiple Award (MAC) Indefinite Delivery / Indefinite Quantity (IDIQ) Contract for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities located in Maryland The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) multiple award term contract for the provision of repair and alteration Construction Services with design-build capabilities at Government owned and leased facilities located in Maryland. The Government intends to award approximately five (5) contracts under this solicitation. This procurement will be a total small business set-aside for 8(a) small-businesses in accordance with FAR 19.8. General Description of Scope of Services: The work to be performed under this IDIQ 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 include the modification of associated conduit, surface mounted raceway, and various underfloor duct systems; Installation of new and the alteration of existing power panels; Carpet and carpet tile installation; Painting; HVAC ductwork 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. Design work incidental to construction as well as design/build work. The Government intends to award a Multiple Award IDIQ General Construction Term Contract in or around March of 2022 for a base period of one (1) year with four (4) one-year option periods with the possibility of an extension of performance up to an additional six (6) months. The individual orders to be placed under the contracts will range in approximate value from $2,000.00 to the Simplified Acquisition Threshold (currently $250,000). However, there may be individual orders with lower or higher costs placed against the contract, if in the Government’s interest to do so. Each awardee will be eligible for the $2,500 guaranteed minimum for the base year of each contract. Maximum Ordering Limitation (MOL): The aggregate Maximum Ordering Limitation (MOL) for all awarded contracts will be $7,500,000.00 for the base period and all option periods. This IDIQ will not have an annual MOL or a MOL per contractor. Performance Location(s): Government owned and leased facilities located in Maryland. NAICS Code: The North American Industry Classification System (NAICS) Code for this procurement is 236220, entitled “Commercial and Institutional Building Construction” and the small business size standard is $39.5 million. Source Selection Approach: The approach to source selection for this procurement will be pursuant to the best value tradeoff concept as identified in FAR Part 15.101-1 and FAR Part 15.3. It is the government’s intention to award a contract to the offerors whose proposals conform to the RFP requirements and are considered most advantageous to the government, price and technical factors considered. Competitive proposals will be evaluated and assessed; based on the factors specified in this solicitation. For this solicitation, the combined weight of the technical evaluation factors is significantly more important than price. The Government intends to evaluate proposals and award a contract without discussions with offerors (other than exchanges conducted for the purpose of minor clarifications). However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The technical (non-price) factors are listed in descending order of importance: Prior Experience on Relevant Projects Past Performance on Relevant Projects Management Plan The award will be made to the firm(s) that represents the best value to the government. In accordance with FAR 15.404, price analysis will be used to determine price reasonableness and the offeror’s understanding of the work requirements/line items (i.e. unreasonably high prices, as compared to other offers received and the Government Estimate, may indicate the offeror does not fully understand the requirements/line items of the RFP) and the ability to perform the contract. Project Bonding Capacity is not a technical or non-price factor. Project Bonding Capacity will be used as part of the responsibility determination to assess the offeror’s ability to provide an offer guarantee and performance and payment bonds as provided in the forthcoming solicitation. The complete solicitation package will only be available electronically on the Contract Opportunities website (www.sam.gov). It will be available on or about November 17, 2021. The solicitation closing date will be approximately 30 days after issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments, and questions concerning this solicitation will be electronically posted at the following web page: http://www.sam.gov. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential Offerors must register on the Contract Opportunities website to have access to solicitation material. For additional information, visit the Contract Opportunities website, www.sam.gov. 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 offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). 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 The website for ORCA is previously found in solicitations. The website for ORCA is http://orca.bpn.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 by email to: costel.sarivan@gsa.gov

Attachments / Links:


Document Size Updated date Download

Contact Information:


ACQUISITION MGMT DIVISION SOUTH 100 S. PENNSYLVANIA MALL WEST

PHILADELPHIA , PA 19106

USA

Primary Point of Contacts:

Costel Sarivan