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

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
10 June 2024
Opportunity publication date
07 May 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

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;

         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:

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 
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.

Opportunity closing date
10 June 2024
Value of contract
to be confirmed

About the buyer

Address
PBS R3 ACQ MGMT DIV CONTRACT SUPPORT

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?