Charleston Field Office Single Award Job Order Contract (JOC) for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities located in Roanoke, VA and surrounding areas.

Agency: GENERAL SERVICES ADMINISTRATION
State: Virginia
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 25, 2024
Due: Apr 25, 2024
Solicitation No: Roanoke_IDIQ_JOC
Publication URL: To access bid details, please log in.
Follow
Charleston Field Office Single Award Job Order Contract (JOC) for Repair and Alteration (R&A) Construction Services at Government owned and leased facilities located in Roanoke, VA and surrounding areas.
Active
Contract Opportunity
Notice ID
Roanoke_IDIQ_JOC
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R3 ACQ MGMT DIV NORTH
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: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 25, 2024 02:19 pm EDT
  • Original Published Date: Mar 25, 2024 02:15 pm EDT
  • Updated Response Date: Apr 25, 2024 03:00 pm EDT
  • Original Response Date: Apr 25, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 10, 2024
  • Original Inactive Date: May 10, 2024
  • 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:
    Roanoke , VA 24011
    USA
Description

This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offered and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement.



The General Services Administration (GSA), Public Buildings Service (PBS), Region 3 is seeking information on technically capable, and otherwise responsible small businesses that would be interested in submitting offers for this anticipated solicitation for small Construction requirements within the Commonwealth of Virginia. It is the policy of the Government to maximize opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in the Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns.



Description of intended contract:



The GSA intends to award a single IDIQ (Indefinite Delivery / Indefinite Quantity), job order contract (JOC) for Repair and Alteration Construction services. An IDIQ is a type of contract that provides for an indefinite quantity of supplies or services during a fixed period. The term of this contract will be for a base period of one year and will include four, one-year option periods for a maximum contract length of five years. The first ordering period is expected to begin on or about January 23, 2025.



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 $10,000.00 and $100,000.00.



General Description of Services:



The General Contractor (GC) shall supervise, administer, perform, and contract all construction activities required to complete a project. 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 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)



The contract will include line items based on the most current version of the Facilities Construction Costs Book with RSMeans Data.



Location of Services:



City of Roanoke, Roanoke County, Town of Abingdon, Washington County; and town of Big Stone Gap, Wise County.



Size Standard



The applicable NAICS code is 236220, Commercial and Institutional Building Construction, and the small business size standard is $45 million.



Selection Procedures



The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firm 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, incorporating tradeoffs between price-related and non-price related factors where non-price factors are considered more important than price.



Response information:



Interested firms should utilize the attached “Sources Sought Response Form” or provide a response that should not exceed two (2) pages (.pdf format),10 MB file size limit. The response shall include the following information:




  1. Identification (including name, address, phone number and UEI 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. Projects should be valued within the magnitude of $2,000.00 and $250,000.00, 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 geographic area.

  3. Confirm your firm’s ability to obtain performance and payment bonds for individual task orders, in ordering limitations of $2,000.00 to $250,000.00 and aggregately up to the MOL of $5,000,000.00.

  4. Confirm whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements.



Interested firms should utilize the attached “Sources Sought Response Form” or provide a response that should not exceed two (2) pages (.pdf format, 10 MB file size limit) to Janet Coker, Contract Specialist (janet.coker@gsa.gov ) by April 15, 2024, 3:00 PM ET.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ACQUISITION MGMT DIVISON NORTH 100 S. INDEPENDENCE MALL WEST
  • PHILADELPHIA , PA 19106
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Views: Current Version ( 18 ) All Versions ( 18 ) Details RFP-59198 ...

State Government of Virginia

Bid Due: 5/17/2024

...Follow FY24 INDUSTRY DAY FOR DESIGN-BID-BUILD OF PORTAL CRANES Active Contract Opportunity Notice... ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...Follow FY24 INDUSTRY DAY FOR DESIGN-BID-BUILD OF PORTAL CRANES Active Contract Opportunity Notice..., ...

DEPT OF DEFENSE

Bid Due: 5/15/2024

...Views: Current Version ( 33 ) All Versions ( 33 ) Details RFPQ-60369 ...

State Government of Virginia

Bid Due: 4/29/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.