ultiple Award Job Order Contract for General Construction Services in VA (Norfolk and Surrounding Counties)
THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Genera... THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible small businesses, including HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), or Women Owned Small Business (WOSB) firms that would be interested in submitting offers for this anticipated solicitation for small ($50K to $100K) Repair and Alteration requirements throughout Norfolk area. The location of performance is all federal buildings and leased federal space in Norfolk and surrounding counties. This is a notice for sources sought only. This is not a request for proposal or a pre-solicitation communication. This is a market research effort. There is no solicitation, specifications or drawings available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to setting aside this contemplated acquisition for small businesses. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns. General Description of CMc Scope of Services: General Description of Scope of Services: GSA Region 3, Mid Atlantic, intends to solicit and award one (1) Job Order Contract (JOC) for Repair and Alteration construction services supporting Government owned and leased facilities throughout Norfolk and surrounding areas. The scope of this contract is to provide: 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; 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; and paving relevant to property and roads owned, leased or otherwise under the control of GSA, or other authorized Federal agencies; and other task order related work. In addition, design work incidental to construction as well as design/build work are included. The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million. The term of the contracts will be for a one (1) year base with four (4) one (1) year options. This contract vehicle will be utilized by both Regional and Field Office personnel. All awardees under the JOC contract will be presented with a fair opportunity to be considered for each order exceeding $2,500.00. It is anticipated that no more than five (5) contracts will be awarded under this solicitation. The Maximum Ordering Limit (MOL) for each JOC is $4,000,000.00 for all awardees, for the full term of the contract. There is no ordering limit for any given period so long as it does not exceed the MOL. Resulting task orders under this JOC contract will have a minimum order amount of $2,500.00 and will not exceed a maximum order amount of $500,000.00. Each awarded contract will have a minimum guarantee of $2,500.00. The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Response Information: An interested firm shall utilize the attached "Sources Sought Response Form" or provide a response that shall not exceed 2 pages. The response shall include the following information: Synopsis of Requirement (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB) or Women Owned Small Business (WOSB), if applicable. (2) Required experience to be considered as a viable source for the contemplated acquisition includes performing work that is similar in nature to the scope of work as stated above previously. Projects of such a nature should be valued in the provided order of magnitude between $2,500.00 and $500,000.00; and have been completed within the past three (3) years. Firms should be able to perform multiple projects of this magnitude simultaneously throughout the delineated area. (3) Describe your firm's ability to obtain performance and payment bonds for individually for task orders in the ordering limitations ($2,500.00 to $500,000.00) and aggregately up to the MOL of $4,000,000.00. (4) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Mr. James Schwartz, Contract Specialist. Please email your response to james.schwartz@gsa.gov by March 11, 2019, 3:00pm, Eastern Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »