Washington, DC Bids > Bid Detail

SOLICITATION NOTICE FY24 NCR Construction IDIQ

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159195959133056
Posted Date: Nov 8, 2023
Due Date: Nov 20, 2023
Source: https://sam.gov/opp/3a887bc3c0...
Follow
SOLICITATION NOTICE FY24 NCR Construction IDIQ
Active
Contract Opportunity
Notice ID
NCRFY24SolicitationConstructionIDIQ
Related Notice
NCRFY24PreSolicitationConstructionIDIQ
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 1
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: Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 08, 2023 03:00 pm EST
  • Original Published Date: Oct 05, 2023 02:34 pm EDT
  • Updated Date Offers Due: Nov 20, 2023 04:00 pm EST
  • Original Date Offers Due: Nov 06, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 01, 2023
  • Original Inactive Date: Dec 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20405
    USA
Description View Changes

Amendment 0003 is issued on 11/08/23 (see attachments



1)The Solicitation V2 23 11 07

2)Form B - Prior Experience Form v2 23 11 07

3)From C - Key Personnel Form v2 23 11 07

4 )Form D -Subcontractor Relationships Form v2 23 11 07



5) Form E-Form E-IDIQ Management Plan V1 23 11 07



6)Extend the proposal due date from 11/20/2023 to 12/04/23 No later than 4:00PM EST. The government is in the process of responding to the RFIs received and the proposal due date will be extended to COB on 11/20/23 to allow the Offerors additional time to prepare the proposals after the RFI Response is posted.



________________________________________________________________



Amendment 0002 issued on 10/30/2023 (see attachment)



Solicitation No.47PM0123R0023 FY24 NCR MATOC Construction IDIQ is hereby amended (0002) to include the following:

1 ) Extension of the proposal due date from 11/06/2023 to 11/20/2023 no later than 4:00 P.M. ET.

The Government is in the process of responding to the Requests for Information (RFl) received in response to the solicitation and site visit. The proposal due date has been extended to allow Offerers additional time to prepare proposals after the RFI Response is posted. A forthcoming amendment will be posted with the Government's official response to the RFI.



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



Amendment 0001 issued on 10/16/2023 (see attachments)



Solicitation No.47PM0123R0023 is hereby amended (0001) to include the following updated documents:

1) 47PM0123R0023 SF1442 v1 23 10 12

2)Form B - Prior Experience Form v1 23 10 12

3)From C - Key Personnel Form v1 23 10 12

4 )Form D -Subcontractor Relationships Form v1 23 10 12

5)NCR Pre-Proposal Conference Presentation v1 10 16 2023

6)Virtual Site Visit Attendees 23 10 16



**NOTE: New Site Visit Directions: Enter the campus through Gate 5 off of Silver Hill Rd. right across the street from the Census Building (4600 Silver Hill Rd, Suitland MD). Then Enter the guard shack on the right with your state issued ID or HSPD-12 and obtain 1 parking permit per vehicle, then drive around (follow the road) to the WNRC. Meet the COR, Andre Thomas, in the MAIN LOBBY of the Washington National Records Center Building. All other terms and conditions remain unchanged.



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



SOLICITATION NOTICE



The General Services Administration (GSA), Public Buildings Service (PBS),National Capital Region (NCR), hereby issues a Request for Proposal (RFP) for an IDIQ Multiple Award Contract for construction projects between $2,000 and $15,000,000 for the Washington, DC metropolitan area.



Type of Work



The procurement will include a wide range of construction projects over the period of performance. The government intends to include three delivery methods within the resulting contracts. The anticipated delivery methods are as follows:





Method 1 Design-Bid-Build (Construction only) - 100% design documents will be provided to the contractor. Contractors submit a firm fixed price.



Method 2 Design-Build - Scope of work will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price.



Method 3 Design-Build w/DID - Design intent documents (DID) will be provided to the contractors. Scope of work drives design concept. Contractors submit a firm fixed price.





Primarily, task orders will consist of repair/alteration and tenant finish projects for the GSA and other government agencies in occupied federally owned or leased buildings. A typical task order could contain some or all of the following: modifications to architectural components and related electrical systems associated with, but not limited to ceilings, walls, floors (including access floor systems), roofing systems, millwork and wall covering. Work may also include modifications and replacement of mechanical systems to include, but not be limited to: air handling units, chillers, boilers, ductwork systems and accessories, piping systems (including pumps), HVAC system controls, fire protection sprinkler systems and accessories, and plumbing equipment/accessories. In addition, scope may also include work on electrical systems including, but not be limited to lighting systems, primary and secondary power distribution systems, and transformers. Special competencies will be required for any work involving membrane roofing, asbestos abatement, Polychlorinated Biphenyls (PCBs) removal and/or elevator work. Interested parties shall be capable of providing the services associated with the aforementioned competencies.





The North American Industrial Classification System (NAICS) code for this procurement is 236220 (Commercial and Institutional Building Construction), with a Small Business Size Standard of $45 million.



This solicitation is set-aside for Small Business (Total). Offerors shall be firms that qualify as a U.S. Small Business Administration (SBA) Small Disadvantaged Business (SDB), Alaskan Native Corp (ANC), SBA Certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), and/or Small Business (SB) that possess the relevant experience, personnel, and capability to perform the services outlined in the solicitation. You must be an approved SBA firm (including Mentor-Protégé Joint Venture firms) at the time and date for receipt of proposals to be considered as a valid HUBZone firm. For more information on the definition or requirements for these, refer to http://www.sba.gov/.





The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Please read and follow all instructions in the Solicitation documents.



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



Contract Requirements



The period of performance for the proposed contract: 1 (one) Base Year plus 4 (four) 1 (one) year option Periods, with an anticipated award effective February 28, 2024.





The total estimated construction cost over the five (5) year contract period shall not exceed $500,000,000. It is anticipated that multiple contracts will be awarded to contractors within the DC metropolitan area. Those vendors obtaining an award will be expected to complete the traditional IDIQ general contractor duties.





GSA anticipates awarding approximately 15 contracts.





Each contract awarded will contain a guaranteed minimum amount for the base period to be identified in the solicitation. A single task order award will range from $2,000 to $15,000,000.





Performance of Work by the Contractor



Interested firms must be able to perform 12% of the work with its own organization, in accordance with FAR 52.236-1 titled "Performance of Work by the Contractor."





Insurance



Firms will be expected to provide and maintain, during the entire performance of the contract, at least the kinds and minimum amounts of insurance required for work on a Government Installation, in accordance with FAR Clause 52.228-5. The minimum amounts, as specified in FAR subpart 28.306, are as follows: Workers Compensation and Employer's Liability ($100,000); General Liability ($500,000 per occurrence / $50,000 per occurrence for property damage); Automobile Liability ($200,000 per person / $500,000 per occurrence for bodily injury / $20,000 per occurrence for property damage). Pollution liability insurance will also be required if the project includes the removal, transport, or disposal of hazardous materials.





Bonding Requirements



A minimum payment bond capacity of $5 million per task order is required. Individual task orders will require payment and/or performance bonds in accordance with FAR 28.102.





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



Pre-Proposal Conference (virtual)



The virtual pre-proposal meeting will be conducted on MONDAY, OCTOBER 16, 2023, at 2:00 PM ET via Google Meets.



Location: VIRTUAL CONFERENCE (A high volume of attendees is anticipated. Due to capacity limits in the virtual meeting space, each offeror shall limit its attendance to a single online connection to dial into the conference)



Interested firms shall submit one email address for the virtual conference link to the Contract Specialist no later 4:00 PM ET on Wednesday 10/11/23 in order to receive the online meeting invitation.





Site Visit (in-person)



There is a Seed (representative) project for which all prospective offerors are required to submit a price proposal. In addition to the virtual pre-proposal conference, an in-person site visit will be conducted for the Seed project, so that Offerors may view the site in order to prepare the price proposal. The Site Visit(s) will be held on:



TUESDAY OCTOBER 17, 2023, at 9:00 AM ET (GROUP A).



Should additional site visits be needed due to capacity overflow, they may be held on



TUESDAY OCTOBER 17, 2023, at 12:00 PM ET (GROUP B)



TUESDAY OCTOBER 17, 2023, at 3:00 PM ET (GROUP C)



Offerors will be notified of their assigned Group and receive an invitation to attend the site visit after submission of the attendee list.



Pre-registration is required for all attendees to the pre-proposal Site Visit. The Site Visit shall be limited to not more than three (3) representatives from each Offeror. Interested firms are strongly encouraged to attend both the virtual pre-proposal conference and in-person site visit. Submit an attendee list for the physical site visit by emailing the attached Site Visit Authorization Request (VAR) Template to the Contract Specialist no later 4:00 PM ET on Wednesday 10/11/23 in order to receive the meeting invitation.





RFI: After the site visit, all questions, or Requests for Information (RFI), shall be submitted using the RFI Template provided in the solicitation. Vendor questions submitted in any other format may be rejected by the Contracting Officer.





Proposal Due Date



The solicitation closing date will be MONDAY NOVEMBER 6, 2023, at 4:00 PM ET.





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



System for Award Management (SAM) Registration



All information, amendments and questions concerning this solicitation will be electronically posted at the government point of entry (GPE) website: http://www.sam.gov.



Interested firms must be registered in the System for Award Management (SAM). Firms can register via the Internet site athttps://www.sam.gov, or by contacting the SAM Service Desk at http://www.fsd.gov. Interested firms are required to submit their representations and certifications through the SAM website.



The solicitation and associated information will be available from the SAM site mentioned above. No telephone requests will be accepted. This solicitation is not a sealed bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned SAM posting. Offerors will not be reimbursed for proposal submittal expenses.



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



DISCLAIMER: The official solicitation package and technical specifications will be 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 SAM 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.





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





ATTACHMENTS



(1) The Solicitation



(2) The Agreement and Attachments to the Agreement



(3) Technical Proposal Package Forms (A-F)



(4) Seed Project Statement of Work, Specifications, Project Manual and Drawing Exhibits



(5) Standard Form (SF) 1442 – Solicitation Offer and Award



(6) Price Proposal Pricing (Bid) Form



(7) Offeror Representations and Certifications Form



(8) GSA Form 527 – Contractor’s Qualification and Financial Information



(9) Site Visit Authorization Request (VAR) Template



(10) Pre-Proposal Request for Information (RFI) Template



(11) Wage Determinations




Attachments/Links
Contact Information
Contracting Office Address
  • PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 1 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 >