Washington, DC Bids > Bid Detail

St Elizabeths West Campus SATOC

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159000868743611
Posted Date: Nov 2, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/5984195f6a...
Follow
St Elizabeths West Campus SATOC
Active
Contract Opportunity
Notice ID
47PM0423R0032
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 4
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 02, 2023 03:58 pm EDT
  • Original Published Date: Sep 22, 2023 11:49 am EDT
  • Updated Date Offers Due: Nov 30, 2023 11:00 am EST
  • Original Date Offers Due: Oct 31, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20032
    USA
Description View Changes

Amendment 0002 issued on 11/02/23 ( See attachments)



Solicitation No. 47PM0423R0032 for the St Es West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E. is hereby amended to: 1. Extend the proposal due date due to the high volume of RFIs received. RFIs responses will be issued via an amendment upon completion. The RFP due date is extended to Monday, November 30, 2023 no later than 12:00pm EST. Please submit your proposal to georgia.robinson@gsa.gov and cc Nicole.Dent@gsa.gov.



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



Amendment 0001 issued on 9/28/23 ( See attachments)



Solicitation No. 47PM0423R0032 for the St Es West Campus SATOC located at 2701 Martin Luther King Jr., Ave., S.E. is hereby amended to: 1. Provide vendors with the Scope of Work dated July 13, 2023. 2. Reschedule Site Visit to Wednesday, October 11, 2023. RFIs will be due on October 18, 2023 by 11:00am EST. The RFP due date is extended to Monday, November 13, 2023 no later than 12:00pm EST



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



The Government contemplates the award of a Firm Fixed Price Contract Single Award Task Order Contract for the St. Elizabeths Campus located in Washington, DC. The estimated values of all projects/task orders will range from $3.500 up to the simplified acquisition threshold (currently $250,000.00). Award of this contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the Solicitation in advance of such time as funds are made available to the Contracting Officer.



This solicitation will be awarded using the Lowest Price Technically Acceptable (LPTA). This acquisition will be Total Small Business Set-Aside



The term of the IDIQ contract will be a one (1) year base with four (4) one-year options. The contract will not include pre-negotiated line-item pricing. Each project/task order will not be competed using criteria established by the ordering office. This contract vehicle will be utilized by the Regional 11 only.



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 duct work modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving;



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



This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. IDIQ contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government. Individual projects/task orders will range in value from $3,500.00 to the simplified acquisition threshold (currently $250,000.00.) The NAICS code applicable to this proposed procurement is 236220 and the size standard is $39.5 million. Prospective contractors should have bonding capacity of a minimum of $500,000.00.



To encourage participation in this RFQ, a pre-submission meeting will be scheduled at later date. An amendment to this notice will be for issued with the date, time, and location. Attendance is completely voluntary and will not positively or negatively impact a team's evaluation. Those wishing to attend should RSVP to Nicole Dent, Contracting Officer, at Nicole.Dent@gsa.gov and Georgia Robinson, Contract Specialist Georgia.Robinson@gsa.ogv In the e-mail, please provide the names of those attending.



All responsive offers will be considered. The prime contractor must be registered in the System for Award Management (www.sam.gov).




Attachments/Links
Contact Information
Contracting Office Address
  • PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 4 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >