Skip to main content

An official website of the United States government

You have 2 new alerts

Single Award General Construction IDIQ Charleston Field Office Eastern, West Virginia

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)
  • Updated Published Date: Apr 24, 2023 11:35 am EDT
  • Original Published Date: Apr 20, 2023 02:55 pm EDT
  • Updated Response Date: May 05, 2023 10:00 am EDT
  • Original Response Date: May 05, 2023 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Charleston , WV
    USA

Description

PRE-SOLICITATION SYNOPSIS FOR SOLICITATION NO.: TBD

Single Award  Micro-Term Indefinite  Delivery  Indefinite  Quantity  for  Repair and Alteration (R&A) General  Construction Services in Charleston Eastern West Virginia of PBS Region 3

The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) single award term contract for the provision of repair and alteration Construction Services with design-build capabilities at Government owned and leased facilities located in Eastern West Virginia.

The Government intends to award one (1) contract under this solicitation. This procurement will be a total small business set-aside for 8(a) small-businesses in accordance with FAR 19.8.

General Description of Scope 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 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  ductwork  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 abetment;
  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;  paving  relevant to  property   and  roads  owned,  leased  or  otherwise  under the control of GSA, or other authorized Federal agencies; and other related work.
  3. Additionally, design work incidental to construction as well as design/build work are included.

 The applicable North American Industry Classification System (NAICS) code for this procurement is 236220 (Commercial and Institutional Building Construction). The West Virginia East Micro IDIQ is set to expire on September 23, 2023, when its final option period will expire.  This has created a need for a follow-on IDIQ to cover the geographical area in the immediate future. The West Virginia East Pittsburgh IDIQ follow-on will be named R&A Charleston Eastern West Virginia IDIQ to better define the geographical coverage area of the IDIQ.  Based on future need, GSA is looking to award one (1) replacement general construction, Repair and Alteration IDIQ contract.

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)

Contract Value

The anticipated aggregate Maximum Ordering Limit (MOL) for this contract vehicle is $5,000,000.00. Meaning the cumulative total for all task orders awarded to the selected contractor against this Single Award IDIQ shall not exceed $5.0 Million. The anticipated ordering limits are expected to be between $2,500.00 and $250,00.00 (SAT Threshold limit) depending on Charleston Field Office’s needs. However, there may be individual orders with lower or higher costs placed against the contract, if in the Government’s interest to do so.

The awardee will be eligible for the $2,500 guaranteed minimum for the base year.

Ordering Periods

ANTICIPATED IDIQ CONTRACT ORDERING PERIODS

Base Period: September 25, 2023 through September 24, 2024

Option 1: September 25, 2024 through September 24, 2025

Option 2: September 25, 2025 through September 24, 2026

Option 3: September 25, 2026 through September 24, 2027

Option 4: September 25, 2027 through September 24, 2028

Option to Extend Services (FAR 52.217-8)     October 01, 2028 to March 30, 2029

Location of Services

The geographical location for this requirement is expected to cover the following areas of the Eastern half geographical area of the state of West Virginia (including but not limited:  Raleigh, Mercer, Fayette, Nicholas, Randolph, Harrison, West Virginia, and Berkeley Counties) and Ohio County in West Virginia. All these counties fall under the jurisdiction of the Charleston GSA Field Office area.

NAICS Code:

The North American Industry Classification System (NAICS) Code for this procurement is 236220, entitled “Commercial and Institutional Building Construction” and the small business size standard is $45 million.

Source Selection Approach:

The approach to source selection for this procurement will be pursuant to the best value tradeoff concept as identified in FAR Part 15.101-1 and FAR Part 15.3. It is the government’s intention to award a contract to the offeror whose proposal conform to the RFP requirements and are considered most advantageous to the government, price and technical factors considered. Competitive proposals will be evaluated and assessed; based on the factors specified in this solicitation. For this solicitation, the combined weight of the technical evaluation factors are  more important than price (FAR 15.101-1 – Trade Offs.)

The Government intends to evaluate proposals and award a contract without discussions with offerors (other than exchanges conducted for the purpose of minor clarifications). However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint.

The technical (non-price) factors are listed in descending order of importance:

  1. Prior Experience on Relevant Projects
  2. Approach & Management Plan
  3. Past Performance on Relevant Projects
  4. Supplemental Socioeconomics Status (In addition to 8A Status)

The award will be made to the firm(s) that represents the best value to the government. In accordance with FAR 15.404, price analysis will be used to determine price reasonableness and the offeror’s understanding of the work requirements/line items (i.e. unreasonably high prices, as compared to other offers received and the Government Estimate, may indicate the offeror does not fully understand the requirements/line items of the RFP) and the ability to perform the contract.

Project Bonding Capacity is not a technical or non-price factor. Project Bonding Capacity will be used as part of the responsibility determination to assess the offeror’s ability to provide an offer guarantee and performance and payment bonds as provided in the forthcoming solicitation. 

The complete solicitation package will only be available electronically on the Contract Opportunities website (www.sam.gov). It will be available on or about May 3, 2023. The solicitation closing date will be approximately 30 days after issuance of the solicitation package. The actual date and time will be identified in the solicitation. All information, amendments, and questions concerning this solicitation will be electronically posted at the following web page: http://www.sam.gov. Potential Offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential Offerors must register on the Contract Opportunities website to have access to solicitation material.

For additional information, visit the Contract Opportunities website, www.sam.gov. Offerors MUST be registered in the System for Award Management (SAM) database in order to participate in this procurement. The website for SAM is http://www.sam.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications.

Contract Pricing

The Charleston East IDIQ Line Items will be based on the 2023 Facilities Construction Cost with RSMeans Data Book (“RS Means Book”). The IDIQ Line items in conjunction with the RS Means Book will be used for the duration of this Contract. The current version of RS Means Book shall be utilized until each option period is exercised. Thereafter, the calendar year edition/version of the RS Means Book that is current on the date that each option is exercised shall be utilized. This book may be purchased at https://www.rsmeans.com/products/books.aspx.

The “Total Incl O&P” Cost from the RS Means Book, when multiplied by the Offeror’s proposed

Bid Factor, will establish Task Order pricing. The “Total Incl O&P” Cost of a unit of work will be determined by the RS Means column entitled “Total Incl O&P,” NOT the column entitled “Bare Cost”.

Procurement Schedule (Will be updated at time of solicitation)

Issue Request for Proposal- On or about May 3, 2023

Pre-Proposal Conference- On or about May 10, 2023

Proposal Due Date- on or about June 1, 2023

Award Date- On or about August 30, 2023

Ordering Period Start Date- On or about September 24, 2023

Pre-Proposal Conference for Prime Contractors

A pre-proposal conference will be held via teleconference for Prime Contractors interested in proposing on this solicitation.  Final details will be provided within the solicitation. As stated above, GSA intents to hold the Pre-Proposal conference on or about May 10, 2023. Refer to forthcoming solicitation for details.

Request for Information

All inquiries concerning the project shall be directed to the following email address george.garcia@gsa.gov and Patrick.spellman@gsa.gov. Further instructions will be provided in the solicitation. Offerors shall use the attached “Request for Information Log” when submitting any Request for Clarification or Interpretation. Failure to use the “Request for Information Log” may result in no response to the request.

Contact Information

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