Search Contract Opportunities

GSA, PBS, Alaska IDIQ for Construction (R10)   2

ID: 47PL0019R0001 • Type: Synopsis Solicitation • Match:  95%
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:
Please summarize the work to be completed under this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 19, 2019, 8:44 p.m. EDT
Amendment A02 09/19/2019 Amendment A02 makes changes to: 1.0 SF1442 2.0 The IDIQ Price Schedule 3.0 The Solicitation 4.0 The Agreement Zone 1 Sample Task Order Zone 2 Sample Task Order Amendment A02 also includes a copy of the pre-proposal conference presentation, attendee registration log, and RFI questions and responses. The proposal due date is extended to October 11, 2019.
Posted: Sept. 19, 2019, 8:44 p.m. EDT
Posted: Aug. 22, 2019, 8:49 p.m. EDT
Posted: Aug. 16, 2019, 11:07 p.m. EDT
Posted: Aug. 8, 2019, 10:03 p.m. EDT
Posted: July 2, 2019, 8:47 p.m. EDT

100% Set-Aside for HUBZone* Small Business Concerns

GSA Northwest/Arctic Region (Region 10)

Alaska IDIQ** for Construction

State of Alaska


*Historically Underutilized Business Zone

** Indefinite Delivery Indefinite Quantity


Solicitation Number: 47PL0019R0001

Project Name: Alaska IDIQ for Construction

Link to Sources Sought Notice: https://www.fbo.gov/spg/GSA/PBS/10PDC/47PL0019D0001/listing.html


SYNOPSIS

The North American Industry Classification System (NAICS) Code for this project is: 236220; Commercial and Institutional Building Construction and the size standard of $36.5 million in average annual receipts.


This procurement is set aside for HUBZone small business concerns. All responsible sources may submit a proposal which shall be considered by the agency.


The solicitation will result in multiple award IDIQ contract. The contract consists of two (2) geographically delineated zones. The total number of contracts to be awarded is five (5).

This Solicitation and Agreement is to establish multiple award IDIQ contracts, that allows the General Services Administration, Public Buildings Service, Northwest/Arctic Region to place task orders for construction projects in federally owned and controlled facilities located in Alaska.

The Alaska IDIQ for Construction contract aligns to geographic areas adjacent to major metropolitan cities and nearby areas in which a regionally based general contractor would conduct business.

Work will be solicited and performed in two (2) geographic based zones-

Zone 1 SE Alaska: This zone provides contract coverage for the southeastern area of the state and includes federally owned and controlled buildings located in Juneau, Ketchikan, Skagway, Haines, and Petersburg. GSA intends to award two (2) contracts for this zone.

Zone 2 South Central Alaska: This zone provides contract coverage for the rest of the state and includes federally owned and controlled facilities managed by GSA in Anchorage, Fairbanks, and Alcan. GSA intends to award three (3) contracts for this zone.

GSA may elect to use this IDIQ for facilities outside of the cities named above, as long as they are within the State of Alaska.

Interested offerors can propose for award in one or both zones. If one offeror is awarded a contract in both zones, two different contract awards will be issued. The Government can issued contract awards to five (5) individual awardees in any combination of award pools for both zones.

The minimum task order project allowed is $2,000.

The total maximum CMV for this contract is $25 million. The IDIQ award is based on a CMV of $15 million. The contract includes two (2) options of $5 million each. The available CMV decreases as task order contracts are issued. The CMV includes both geographic zones. Zone 1 is forecasted to receive projects that will total 40% of the CMV.

The options will be exercised if the actual contract spend exceeds the planned spend. The annual planned spend is $3 million. The options are available in throughout the duration of the contract. The Government makes no warranty, other than the established minimum guarantee, that any contract awardee will receive subsequent task orders. The CMV is established based on historical purchase patterns and forecasted spend.

The acquisition milestones for this procurement are anticipated to be:

Synopsis JUL 2, 2019

RFP Issuance on or near JULY 23, 2019

Pre-proposal Conference on or near AUGUST 27, 2019

Proposals Due on or near SEPTEMBER 26, 2019

Award Effective Date DECEMBER 1, 2019


The period of performance is five (5) years from the effective date of award.

Task Order Requests for Proposal below the Simplified Acquisition Threshold (SAT) of $250k are competed within the zone based award pool in which the project is located. Projects with a rough order of magnitude (ROM) greater than the SAT are competed among both zonal award pools. Task Order solicitations will be issued by GSA offices assigned to the Acquisition Division within Region 10.

Task Order solicitations will adhere to the competitive procedures outlined in FAR 16.5. Interested Offerors should anticipate competing for Task Order Contracts using a variety of selection procedures, to include low price, and variations on technical acceptance with fair and reasonable price.


This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for design and construction in accordance with FAR Part 23.


Proposal submission instructions will be included in the solicitation package.


Offers submitted in response to the solicitation will be evaluated using the Trade Off source selection process. This is a best value source selection conducted in accordance with FAR Part 15.


This IDIQ effort includes multiple project delivery methods which result in complete construction efforts. Construction efforts may be completed using non-complex construction without formal design documents, design-bid-build, and design-build approaches. The intent of the Government is to tailor each task order to reflect the project delivery method which will result in the most efficient construction delivery schedule.


Work to be accomplished under individual task orders includes design, engineering efforts and construction of interior and exterior projects on behalf of GSA. GSA is the federal owners' representative for other federal agencies who rent office space from GSA. Construction projects will be built in Class A and Other Than Class A office space. Projects will also include Land Port of Entry (LPOE) facilities along the U.S. Border in Alaska. Work will occur typically in fully occupied facilities with the majority of work occurring after hours. These projects are subject to Homeland Security Presidential Directive (HSPD) 12 Security Clearance Procedures. Some projects will include Sensitive But Unclassified (SBU) information which requires document control procedures throughout the project life cycle.


Construction efforts will be performed by General Construction contractors and associated trades, including but not limited to Mechanical, Electrical, and Plumbing.


Interested offerors must be registered in Systems for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov) contractors and subcontractors interested in this project must register at this site.


The IDIQ contracts awarded and task orders issued as a result of this solicitation will include Buy American Act clauses. As a result, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THIS SITE FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS.


No telephone or facsimile requests will be accepted.


The Contracting Officer for this procurement is Jessica Campbell, jessica.campbell@gsa.gov; 253-736-4678

Overview

Response Deadline
Oct. 11, 2019, 10:30 p.m. EDT (original: ) Past Due
Posted
July 2, 2019, 8:47 p.m. EDT (updated: Sept. 19, 2019, 8:44 p.m. EDT)
Set Aside
HUBZone (HZC)
Place of Performance
ZONE 1 - SOUTHEAST (SE) ALASKA: This zone includes the southeastern area of the state and includes but not is not limited to federal facilities located in or near the cities of Juneau, Ketchikan, Skagway, Haines, and Petersburg. GSA intends to award two contracts for this zone. ZONE 2 - SOUTH CENTRAL (SC) ALASKA: The contract coverage for this zone includes, but is not limited to, federal facilities located in or near the cities of Anchorage, Fairbanks, and the Alcan area. GSA intends to award three contracts for this zone. GSA may elect to use this IDIQ for facilities outside of the cities named above, as long as they are within the state of Alaska. Each geographic zone equals one award pool. Offerors may propose on one or both award pools. Offerors selected for both award pools will receive two IDIQ contract awards. Multiple, AK USA
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 7/2/19 PBS Region 10: Northwest Arctic Region issued Synopsis Solicitation 47PL0019R0001 for GSA, PBS, Alaska IDIQ for Construction (R10) due 10/11/19. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
R10 IDV Program Manager / Contracting Officer
Name
Jessica Campbell   Profile
Phone
(253) 736-4678

Secondary Contact

Title
Contracting Officer
Name
Amy Heusser   Profile
Phone
(907) 271-3741

Documents

Posted documents for Synopsis Solicitation 47PL0019R0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 47PL0019R0001

Award Notifications

Agency published notification of awards for Synopsis Solicitation 47PL0019R0001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 47PL0019R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 47PL0019R0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 47PL0019R0001

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R10
FPDS Organization Code
4740-LT000
Source Organization Code
100173643
Last Updated
Sept. 19, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 20, 2019