GSA Region 8 IDIQ JOCC for Utah Statewide

Agency: GENERAL SERVICES ADMINISTRATION
State: Utah
Type of Contract: Awards
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Mar 27, 2024
Solicitation No: EQ8PSMMU-24-0018
Publication URL: To access bid details, please log in.
Follow
GSA Region 8 IDIQ JOCC for Utah Statewide
Active
Contract Opportunity
Notice ID
EQ8PSMMU-24-0018
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R8 ACQUISITION MANAGEMENT DIVISION
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
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Mar 27, 2024 01:20 pm MDT
  • Original Published Date: Mar 27, 2024 11:25 am MDT
  • Updated Response Date: Apr 11, 2024 01:00 pm MDT
  • Original Response Date: Apr 11, 2024 01:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 26, 2024
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Sole Source (FAR 19.15)
  • Updated Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    UT
    USA
Description

This is a pre-solicitation notice for a job order construction contract (JOCC) awarded as an indefinite-delivery indefinite-quantity (IDIQ) for small repair and alteration projects under the simplified acquisition threshold (SAT) for Federal buildings across the state of Utah. The General Services Administration, Public Buildings Service, Region 8 (hereinafter also referred to as "Region 8") anticipates release of a request for proposal (RFP) on April 11, 2024, and receipt of proposals on May 13, 2024, at 1 PM, MDT. Region 8 anticipates award of one contract as a result of the solicitation. The awarded contract will include a one-year base period with four one-year option periods. Total contract length with base and all options exercised is five years.



The solicitation is a total woman-owned small business set aside for firms with a bona fide place of business in the state of Utah where a participant regularly maintains an office which employees at least one (1) full time individual within the appropriate geographic boundary. It cannot be a construction trailer or temporary site. A business entity regularly maintains an office if a participant conducts business activities as an ongoing business concern from a fixed location on a daily basis.



NAICS: The North American Industry Classification System (NAICS) code for this project is 236220, Commercial and Institutional Building Construction, and the size standard is $45 million.



Set-Aside: The Government intends to set aside the requirement for Woman-owned Small Business concerns.



Tentative Schedule: All dates are subject to change and are only given as approximations for the purposes of planning.



Issuance of Solicitation: 04/11/2024

Proposals Due: 05/13/2024

Contract Award Date: 07/01/2024

Start of JOCC IDIQ: 07/01/2024



Funds Availability: Issuance of this pre-solicitation notice does not warrant that funds are presently available for award of a contract. Award of a contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the solicitation and notice in advance of such time as funds are made available for the contracting officer for the purpose of contract award.



Document Availability: The solicitation will be available for electronic download from https://www.sam.gov under the Contract Opportunities. The download will be available at no charge. The solicitation will be listed under a different identifying number than the one assigned to this pre-solicitation notice.



Geographic Areas: The IDIQ JOCC covers seven offices. These offices regularly acquire construction services for projects that usually do not exceed the SAT, which currently is $250,000. The geographic areas are as follows:



Geographic Area 1 (Weber County) includes the following:



James V. Hansen Federal Building

324 25th Street

Ogden, UT 84401-2310, Building Number: UT0035ZZ



Forest Service Building

507 25th Street

Ogden, UT84601-4452, Building Number: UT0010ZZ



Geographical Area 2 (Salt Lake County) includes the following:



Wallace F. Bennett Federal Building



125 South State Street

Salt Lake City, UT 84318-1102, Building Number: UT00032ZZ



Frank E. Moss U.S. Courthouse



350 South Main Street



Salt Lake City, UT 84101-2106, Building Number: UT0017ZZ



U.S. District Courthouse for the District Court of Utah



351 South West Temple



Salt Lake City, UT 84101-2106, Building Number: UT0018ZZ



Geographical Area 3 (Utah County) includes the following:



Robinson Federal Building



88 West 100 North



Provo, UT 84601-4452, Building Number: UT0014ZZ



Geographical Area 4 (Washington County) includes the following:



St. George Federal Office Building



196 East Tabernacle Street



St. George, UT 84770-3467, Building Number: UT0042ZZ



Information on Proposal Submission: The Government plans to conduct a competitive negotiated acquisition. The Government will use source selection procedures to evaluate proposal packages. Specifically, the Government will use the best value continuum concept. The best value continuum concept evaluates technical factors and price through a tradeoff process and other procedures described in the solicitation.



The Government reserves the right to make awards without discussions. Therefore, offerors should submit proposals that are acceptable without additional explanation or information as the Government may evaluate and make a final decision for award solely on the basis of the initial proposal submitted by offerors. Furthermore, the Government may determine the acceptability of a proposal based on the initial proposal submitted by offerors. Offerors are required to submit a technical proposal package and a price proposal package.



Technical Package: The evaluation factors that comprise of the technical package are as follows, in no order of particular importance: (1) project experience; (2) past performance; and (3) staffing plan. The technical factors are significantly more important than price. As proposals become more equal in the technical merits, price becomes more important.



Price Package: The Government will incorporate the RS Means Pricing book into the contract for the cost of task orders. When evaluating price, the Government will require the offeror to submit the following coefficients for evaluations for the base and four, one-year option periods:




  • Bid Factor (Geographic Area 1 - Weber County, Ogden, UT):

    Normal Working Hours

  • Bid Factor (Geographic Area 1 - Weber County, Ogden, UT):

    After Normal Working Hours

  • Bid Factor (Geographic Area 2 - Salt Lake County, Salt Lake City, UT):

    Normal Working Hours

  • Bid Factor (Geographic Area 2 - Salt Lake County, Salt Lake City, UT):

    After Normal Working Hours

  • Bid Factor (Geographic Area 3 - Utah County, Provo, UT):

    Normal Working Hours

  • Bid Factor (Geographic Area 3 - Utah County, Provo, UT):

    After Normal Working Hours

  • Bid Factor (Geographic Area 4 - Washington County, St. George, UT):

    Normal Working Hours

  • Bid Factor (Geographic Area 4 - Washington County, St. George, UT):

    After Normal Working Hours

  • Bond Rate:



Bonding: Provide a percentage to be applied to contracts in which bonding is required.



Coefficient pricing shall include the following: labor; materials; equipment; subcontractor costs; subcontractor markups; prime/contractor overhead and profit; prime/contractor profit and risk; social security contributions; general insurance; workman compensation insurance; state unemployment insurance; Federal unemployment insurance; mobilization and demobilization costs; site cleanup; labor adjustments between the RS Means labor rates and the Davis/Bacon labor rates; supervision; quality control; lodging and per diem; shipping; transportation of contractor's personnel to, from, and within the job site; all Division 1 requirements; submittals; and job order preparation costs.



Please note the following about coefficient pricing: Division 1 - General Requirements section from the RS Means Book will NOT be allowed when pricing task orders. Any consideration for Division 1 - General Requirements shall be in the offeror's Bid Factor



The City Cost Index from the RS Means Book will NOT be applied when pricing task orders. Any adjustment for location has already been included in the offeror's Bid Factor



The unit prices listed in the 2024 RS Means Building Construction Cost Data are bare costs. Bare cost equals a factor of 1.000, the same as "NET", all other bid factors "MINUS" or "PLUS" will be added or subtracted from the bare cost factor. A "MINUS" 4% shall be written 0.96, a "PLUS" 4% shall be written 1.040 and "NET" shall be written 1.000.) The offered bid factors for the base and each option period will be applied to all work items for which a unit price is stated in the Price Schedule that are ordered via task orders in the respective base/option period.



Resulting IDIQ Contracts Awarded: The maximum order limitation for the five-year duration is $10,000,000. The awarded contract will contain a guaranteed minimum amount of $2,000. Terms which support the payment of the guaranteed minimum amount will be specified in the solicitation.



Potential Task Order Requirements: A typical task order issued as a result of this contract will be valued at or less than the simplified acquisition threshold. The successful offeror will be required to complete a wide range of construction projects over the life of the contract. 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. Task orders may 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 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, PCB removal and/or elevator work.



Pre-Construction Task orders may require Pre-Construction Phase Services and shall include, but are not limited to, review and evaluation of the concept, design development and construction document submission for constructability, value engineering or alternate means and methods recommendations, identification of any problems or errors in the design documentation, consultation during construction document production, preliminary project schedule development, primary cost estimates during design development and construction documents, and development of subcontractor and supplier interest.



Contract Type: The expected base contract shall be a single-award indefinite-delivery, indefinite quantity job order construction contract (IDIQ JOCC). All task orders placed against the IDIQ JOCC shall be firm-fixed price based on the RS Means pricing structure and contractor bid factors. The ordering activity shall specify whether bonds are applicable to the construction activity for each task order.



Estimated Scope of Task Orders: The following is provided for informational purposes only. Contractors should be aware that annual budgets are highly variable and the actual quantities and value of work changes annually. Data shows that GSA, Region 8 executes about 50 - 60 contract actions annually to perform minor alterations and repairs that fall within the scope of construction services under the IDIQ JOCC. GSA also executes reimbursable work authorizations on behalf of other agencies for tenant improvement projects. Although construction activities take place throughout the year, a large quantity of these projects typically falls between the months of April and September. The expected average dollar value of projects executed under the scope is about $25,000 with a median dollar value of about $12,500. The majority of task orders are expected to be between $2,000 and $25,000.


Attachments/Links
Contact Information
Contracting Office Address
  • R8 ACQUISITION MANAGEMENT DIVISION 1 DENVER FEDERAL CENTER
  • LAKEWOOD , CO 80225
  • 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

...Request for Qualifications - General Contractors - Housing Rehabilitation Construction Services...

City of Ogden City

Bid Due: 5/29/2024

...Invitation to Bid - Construction / Expansion of the Fitness Area in the ...

City of Ogden City

Bid Due: 5/09/2024

...Follow USACE SPK Design Bid Build (DBB) Construction - Defense Logistics Agency (DLA) ...

Federal Agency

Bid Due: 11/06/2024

...- Commercial and Institutional Building Construction Place of Performance: UT USA Description This... ...

GENERAL SERVICES ADMINISTRATION

Bid Due: 5/10/2024

* 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.