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

expired opportunity(Expired)
From: Federal Government(Federal)
PHF041624

Basic Details

started - 16 Apr, 2024 (15 days ago)

Start Date

16 Apr, 2024 (15 days ago)
due - 01 May, 2024 (Yesterday)

Due Date

01 May, 2024 (Yesterday)
Pre-Bid Notification

Type

Pre-Bid Notification
PHF041624

Identifier

PHF041624
GENERAL SERVICES ADMINISTRATION

Customer / Agency

GENERAL SERVICES ADMINISTRATION
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PRE-SOLICITATION SYNOPSIS FOR SOLICITATION NO: TBD 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: 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; 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. 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 tradeo? 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 o?eror 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: Prior Experience on Relevant Projects Approach & Management Plan 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 (Will be updated at time of solicitation) Issue Request for Proposal / Solicitation - May 2, 2024 Pre-Proposal Conference - May 15, 2024, time TBD Proposal Due Date - June 3, 2024, 2:00 PM EST Award Date - On or about August 30, 2024 Ordering Period Start Date - On or about October 1, 2024

Richmond, VA, 23219, USALocation

Place Of Performance : Richmond, VA, 23219, USA

Country : United StatesState : Virginia

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 236220
Classification CodeCode Z2AA