Search Contract Opportunities

Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, and Design-Build Services (up to $5, 000, 000 per Task Order) for GSA/PBS Region 7.   12

ID: GS-07P-15-HH-D-0002 • Type: Synopsis Solicitation • Match:  90%
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: Feb. 24, 2015, 10:18 a.m. EST

______________________________________________

Amendment 0003 extends the proposal due date.

Due to closure of the Fort Worth GSA office, the proposal due date is being extended by two calendar days. Deadline for proposals is extended to FEBRUARY 26, 2015 at 2:00 PM CT.

Offerors who have already submitted a proposal package are not required to take any further action. However, if those offerors would like to revise their proposals before the new deadline they may do so.

Posted: Feb. 12, 2015, 2:25 p.m. EST
Posted: Jan. 29, 2015, 3:43 p.m. EST
Posted: Jan. 8, 2015, 2:14 p.m. EST
This constitutes a Request for Proposal (RFP), for a new indefinite delivery indefinite quantity (IDIQ) multiple award term contract for Construction, Repair, and Alteration, and Design-Build Services (up to $5,000,000 per Task Order). The General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region 7, Acquisition Management Division is the office soliciting, and will administer the resulting contracts.

In accordance with FAR 52.219-3, this procurement is set aside exclusively for HUBZone Small Business concerns.

Performance Location:
All counties within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7).

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 $36.5 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 $2,000 to $5,000,000. The Maximum Order Limitation (MOL) shall be $200,000,000 aggregate, for all task orders for the entire term of the contract, for the total of all multiple awards made under this solicitation. This contract vehicle may be utilized by both GSA Regional and Field Office personnel. This contract will be solicited as a one (1) five (5) year contract, with no separate option year 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 Arkansas, Louisiana, New Mexico, Oklahoma, and Texas.

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 as firm-fixed price tasks orders.

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. 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 in descending order of importance are: 1.Experience and Past Performance, 2.Qualifications, Experience, Skills and Abilities of Key Personnel, and 3.Management Plan.

The Government's intent is to award up to ten (10) awards, to offerors who submit a proposal 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 (offer forms, clauses, and provisions) is available only electronically on FedBizOpps. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. A pre-proposal meeting will be conducted at the date and time set forth in the solicitation package. Pre-registration is required to participate in the pre-proposal meeting. All information, amendments and questions concerning this solicitation will be electronically posted on http://www.fbo.gov.

In order to participate in this procurement, 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. 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 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.

The solicitation and associated information is available from the FedBizOpps site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid procurement and there will not be a formal public bid opening. All inquiries must be in writing and will be available on the aforementioned FedBizOpps posting.

Offerors will not be reimbursed for proposal submittal expenses.

All questions must be submitted in writing by email to the attention of Lee Ann White, email: LeeAnn.White@gsa.gov.

DISCLAIMER: The official solicitation package is located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of this solicitation.

Overview

Response Deadline
Feb. 26, 2015, 3:00 p.m. EST (original: Feb. 24, 2015, 3:00 p.m. EST) Past Due
Posted
Jan. 8, 2015, 2:14 p.m. EST (updated: Feb. 24, 2015, 10:18 a.m. EST)
Set Aside
HUBZone (HZC)
Place of Performance
All counties within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7). 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 1/8/15 PBS Region 7: Greater Southwest Region issued Synopsis Solicitation GS-07P-15-HH-D-0002 for Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, and Design-Build Services (up to $5, 000, 000 per Task Order) for GSA/PBS Region 7. due 2/26/15. The opportunity was issued with a HUBZone (HZC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z.
Primary Contact
Title
Contract Specialist
Name
Lee Ann White   Profile
Phone
None

Secondary Contact

Title
Contracting Officer
Name
Zachary D. Rich   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation GS-07P-15-HH-D-0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation GS-07P-15-HH-D-0002

Award Notifications

Agency published notification of awards for Synopsis Solicitation GS-07P-15-HH-D-0002

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation GS-07P-15-HH-D-0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation GS-07P-15-HH-D-0002

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation GS-07P-15-HH-D-0002

Experts for Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, and Design-Build Services (up to $5, 000, 000 per Task Order) for GSA/PBS Region 7.

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R7 - PROGRAM SUPPORT BRANCH
FPDS Organization Code
4740-HH000
Source Organization Code
100167236
Last Updated
July 10, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 10, 2019