Search Contract Opportunities

Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Repair and Alteration (R&A) / General Construction Services in Richmond VA and surrounding areas   3

ID: 47PD0224R0057 • Type: Solicitation • 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:
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: May 31, 2024, 9:40 a.m. EDT

05/31/2024: Amendment 0001 is issued to incorporate the following into the solicitation documentation:

  • pre-proposal conference meeting attendance
  • Request for Information (RFI) log
  • revised Richmond IDIQ pricing sheet (original pricing sheet posted with the solicitation has been removed)

The proposal due date remains unchanged.

--------------------------------------------------------------------------------------

Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Repair and Alteration (R&A) / General Construction Services in Richmond, VA and surrounding areas

The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the provision of repair and alteration Construction Services with design-build capabilities at Government owned and leased facilities located in Richmond, VA and surrounding areas.

The Government intends to award one (1) contract 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 General Contractor (GC) shall supervise, administer, and perform all construction activities required to complete task order projects under the IDIQ. 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 scope of this proposed procurement includes the provision of the following services:

  1. Construction services, including, but not limited to: general office renovation; interior construction; exterior construction repair; general repair and alteration work; installation of new and the alteration of existing power panels; carpet and carpet tile replacement; painting; HVAC ductwork modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving; ability to provide asbestos assessments and any environmental remediation work such as mold remediation, asbestos abatement, or lead abatement;

2. Alteration services, including, but not limited to: electrical, carpentry, masonry, plumbing, mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing, cleaning, sealing; roofing involving installation, repair and alteration, and removal; paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and other related work.

3. Additionally, design work incidental to construction as well as design/build work are included.

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)

NAICS Code

The North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction . The small business size standard is $45 million.

Contract Value

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 $6,000.00 and $60,000.00.

Ordering Periods

The Period of Performance will be a one (1) base year with four (4) one (1) year options.

Base Period: October 1, 2024 September 30, 2025

Option Period 1: October 1, 2025 September 30, 2026

Option Period 2: October 1, 2026 September 30, 2027

Option Period 3: October 1, 2027 September 30, 2028

Option Period 4: October 1, 2028 September 30, 2029

Location of Services

The geographic location for this requirement is Richmond, VA, and surrounding areas, to include: the City of Richmond, City of Chesapeake, City of Hampton, City of Newport News, City of Norfolk, City of Portsmouth, City of Virginia Beach, City of Suffolk, City of Charlottesville, Henrico County, Albemarle County, Chesterfield County, Hanover County, Gloucester County, and Sussex County.

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 offeror whose proposal 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 are more important than price (FAR 15.101-1 Trade Offs.)

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:

  1. Prior Experience on Relevant Projects
  2. Approach & Management Plan
  3. Past Performance on Relevant Projects

The award will be made to the firm 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.

Contract Pricing

This contract will include line item pricing based on the 2024 Facilities Construction Costs Book (RSMeans). Offerors will be required to submit a Bid Coefficient (Factor) as part of their price proposal. The Bid Coefficient, in conjunction with the line item pricing, will be used to establish proposed pricing for individual requirements at the Task Order Level.

Procurement Schedule

Issue Request for Proposal / Solicitation May 6, 2024

Pre-Proposal Conference May 15, 2024, 3:00 PM EST

Proposal Due Date June 10, 2024, 4:00 PM EST

Award Date On or about August 30, 2024

Ordering Period Start Date On or about October 1, 2024

Pre-proposal conference information

Date: 05/15/2024

Time: 3:00 PM - 4:00 PM EST

Video Call Link: https://meet.google.com/ohu-yskc-ztu?authuser=0

Join by phone (US) +1 225-417-1121 PIN: 807 347 993#

Please provide a list of attendees (including company, name, contact information) to Ahmadou Kante (ahmadou.kante@gsa.gov), Contract Specialist no later than Monday, May 13, 2024 at 5:00 PM ET.

Posted: May 7, 2024, 10:29 a.m. EDT
Posted: May 6, 2024, 4:46 p.m. EDT
Background
The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for the provision of repair and alteration Construction Services with design-build capabilities at Government owned and leased facilities located in Richmond, VA and surrounding areas. The Government intends to award one (1) contract under this solicitation. This procurement will be a total small business set-aside for 8(a) small-businesses in accordance with 19.8.

Work Details
The General Contractor (GC) shall supervise, administer, and perform all construction activities required to complete task order projects under the IDIQ. 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 scope of this proposed procurement includes the provision of construction services such as general office renovation, interior construction, exterior construction repair, general repair and alteration work, installation of new and the alteration of existing power panels, carpet and carpet tile replacement, painting, HVAC ductwork modification, modification of existing building fire sprinkler systems, plastering and plaster repair work, sidewalk repairs/replacement, asphalt/concrete paving, asbestos assessments and environmental remediation work such as mold remediation, asbestos abatement, or lead abatement. Additionally, design work incidental to construction as well as design/build work are included.

Period of Performance
The Period of Performance will be a one (1) base year with four (4) one (1) year options. Base Period: October 1, 2024 – September 30, 2025; Option Period 1: October 1, 2025 – September 30, 2026; Option Period 2: October 1, 2026 – September 30, 2027; Option Period 3: October 1, 2027 – September 30, 2028; Option Period 4: October 1, 2028 – September 30, 2029.

Place of Performance
The geographic location for this requirement is Richmond, VA and surrounding areas including the City of Richmond, City of Chesapeake, City of Hampton,
City of Newport News,
City of Norfolk,
City of Portsmouth,
City of Virginia Beach,
City of Suffolk,
City of Charlottesville;
Henrico County;
Albemarle County;
Chesterfield County;
Hanover County;
Gloucester County;
Sussex County.

Overview

Response Deadline
June 10, 2024, 4:00 p.m. EDT Past Due
Posted
May 6, 2024, 4:46 p.m. EDT (updated: May 31, 2024, 9:40 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Richmond, VA 23219 United States
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 5/6/24 PBS Region 3: Mid-Atlantic Region issued Solicitation 47PD0224R0057 for Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Repair and Alteration (R&A) / General Construction Services in Richmond VA and surrounding areas due 6/10/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AA.
Primary Contact
Name
Ahmadou Kante, Contract Specialist   Profile
Phone
(267) 734-3889

Secondary Contact

Name
Paul H. Ferguson, Contracting Officer   Profile
Phone
(215) 498-4549

Documents

Posted documents for Solicitation 47PD0224R0057

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation 47PD0224R0057

Award Notifications

Agency published notification of awards for Solicitation 47PD0224R0057

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PD0224R0057

Incumbent or Similar Awards

Contracts Similar to Solicitation 47PD0224R0057

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PD0224R0057

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PD0224R0057

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R3 ACQ MGMT DIV SERVICES
FPDS Organization Code
4740-CD000
Source Organization Code
100170342
Last Updated
June 25, 2024
Last Updated By
paul.ferguson@gsa.gov
Archive Date
June 25, 2024