Search Contract Opportunities

Charleston Field Office Single Award Job Order Contract (JOC) for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities located in Roanoke, VA and surrounding areas.

ID: Roanoke_IDIQ_JOC • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offered and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement.

The General Services Administration (GSA), Public Buildings Service (PBS), Region 3 is seeking information on technically capable, and otherwise responsible small businesses that would be interested in submitting offers for this anticipated solicitation for small Construction requirements within the Commonwealth of Virginia. It is the policy of the Government to maximize opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in the Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns.

Description of intended contract:

The GSA intends to award a single IDIQ (Indefinite Delivery / Indefinite Quantity), job order contract (JOC) for Repair and Alteration Construction services. An IDIQ is a type of contract that provides for an indefinite quantity of supplies or services during a fixed period. The term of this contract will be for a base period of one year and will include four, one-year option periods for a maximum contract length of five years. The first ordering period is expected to begin on or about January 23, 2025.

The anticipated Maximum Ordering Limit (MOL) for this contract vehicle is $5,000,000.00 for the entire duration of the contract. The cumulative total for all task orders awarded against this Single Award IDIQ shall not exceed $5,000,000.00. The anticipated ordering limits are expected to be between $2,000.00 and the Simplified Acquisition Threshold defined in FAR 2.101 (currently $250,000.00); however, there may be individual orders with higher costs placed against this contract. The typical task order is expected to be between $10,000.00 and $100,000.00.

General Description of Services:

The General Contractor (GC) shall supervise, administer, perform, and contract all construction activities required to complete a project. Construction activities for the anticipated solicitation include but are not limited to commercial office construction and/or renovations/repairs, MEP (Mechanical/Electrical/Plumbing) repairs/modifications/replacement, fire sprinkler systems repairs/modification/replacement, sitework, exterior construction repair and alterations (including facades and roofs), demolition (including abatement of hazardous materials), elevator modernizations and any other construction activities the government may require.

The GC may be required to utilize the following deliver methods to deliver projects for the GSA;

1. Design/Bid/Build (DBB) Traditional

2. Design/Build (D/B)

The contract will include line items based on the most current version of the Facilities Construction Costs Book with RSMeans Data.

Location of Services:

City of Roanoke, Roanoke County, Town of Abingdon, Washington County; and town of Big Stone Gap, Wise County.

Size Standard

The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45 million.

Selection Procedures

The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, incorporating tradeoffs between price-related and non-price related factors where non-price factors are considered more important than price.

Response information:

Interested firms should utilize the attached Sources Sought Response Form or provide a response that should not exceed two (2) pages (.pdf format),10 MB file size limit. The response shall include the following information:

  1. Identification (including name, address, phone number and UEI number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable.
  2. Required experience to be considered as a viable source for the contemplated acquisition includes performing work that is similar in nature to the scope of work as stated above. Projects should be valued within the magnitude of $2,000.00 and $250,000.00, and have been completed within the past three (3) years. Firms should be able to perform multiple projects of this magnitude simultaneously throughout the delineated geographic area.
  3. Confirm your firm's ability to obtain performance and payment bonds for individual task orders, in ordering limitations of $2,000.00 to $250,000.00 and aggregately up to the MOL of $5,000,000.00.
  4. Confirm whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements.

Interested firms should utilize the attached Sources Sought Response Form or provide a response that should not exceed two (2) pages (.pdf format, 10 MB file size limit) to Janet Coker, Contract Specialist (janet.coker@gsa.gov ) by April 15, 2024, 3:00 PM ET.

Overview

Response Deadline
April 25, 2024, 3:00 p.m. EDT Past Due
Posted
March 25, 2024, 2:19 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Roanoke, VA 24011 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Odds of Award
46%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 3/25/24 PBS Region 3: Mid-Atlantic Region issued Sources Sought Roanoke_IDIQ_JOC for Charleston Field Office Single Award Job Order Contract (JOC) for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities located in Roanoke, VA and surrounding areas. due 4/25/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AA.
Primary Contact
Name
Janet Coker   Profile
Phone
(215) 446-4700

Documents

Posted documents for Sources Sought Roanoke_IDIQ_JOC

Opportunity Assistant


AI Analysis

Incumbent or Similar Awards

Contracts Similar to Sources Sought Roanoke_IDIQ_JOC

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought Roanoke_IDIQ_JOC

Similar Active Opportunities

Open contract opportunities similar to Sources Sought Roanoke_IDIQ_JOC

Experts for Charleston Field Office Single Award Job Order Contract (JOC) for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities located in Roanoke, VA and surrounding areas.

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R3 ACQ MGMT DIV NORTH
FPDS Organization Code
4740-AZ000
Source Organization Code
100176869
Last Updated
May 10, 2024
Last Updated By
janet.coker@gsa.gov
Archive Date
May 10, 2024