Skip to main content

An official website of the United States government

You have 2 new alerts

Pre-Solicitation Notice: Indefinite-Delivery Indefinite Quantity (IDIQ) for General Construction, Repair, Alteration, with Design-Build and Incidental Abatement for GSA/PBS Region 7

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Jun 01, 2023 01:39 pm CDT
  • Original Published Date: Jun 01, 2023 01:28 pm CDT
  • Updated Response Date: Jul 20, 2023 05:00 pm CDT
  • Original Response Date: Jul 20, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 20, 2023
  • Original Inactive Date: Jun 20, 2023
  • 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:

Description

Pre-Solicitation Notice for new Regional General Construction with Design Build (DB)  Capabilities Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contracts (MACs). The General Services Administration (GSA), Public Buildings Service (PBS),  Greater Southwest Region 7, Acquisition Management Division is the office soliciting  and will administer the resulting contracts. 

The GSA PBS, Acquisition  Management Division (7PQA) Region 7 has a need for general construction contractors with Design Build (DB) capabilities who can immediately respond with an experienced team in multiple geographic locations within GSA Region 7. 

The goal of this acquisition is to establish general construction IDIQ MACs to be utilized by GSA PBS Region 7 to fulfill customer requirements. The Primary Contract Area of performance for Region 7 includes various counties and parishes within Texas, Arkansas, Louisiana, Oklahoma, and New Mexico.

The Government shall endeavor to utilize this contract to the maximum practical extent  for services within the primary area. However, the Government reserves the right to perform, or have performed by others, any services required within the Primary Contract Area, and doing so shall not breach or otherwise violate this contract. The contract performance period for this acquisition will be one base year with four one year option periods. The five year period for this contract is the maximum allowed by FAR 17.204(e). The Maximum Ordering Limitations (MOL) under these contracts will be allocated per contract, per year, by pool. A contract can be awarded for the Small Projects Pool, just the Large Projects Pool, or both project pools. The MOL is $2,000,000 per contract year for the Small Projects Pool, $6,000,000 per contract year for the Large Projects Pool and $8,000,000 per contract year for both pools. The MOL is applicable for the sum of all task orders awarded under that contract per year regardless of the value of individual task orders.

Task order modifications can be negotiated to adjust for unforeseen site conditions, added work, or equitable adjustment. It is the Contractor's duty to include in proposals for equitable adjustment or other consideration all compensation to which it may be entitled, including cost and time. Any modifications will be handled in accordance with FAR 52.243-4.

The primary objective of this acquisition is to procure general construction services, which consist of interior and exterior building construction, and repair and alterations, including but not limited to electrical, carpentry, masonry, plumbing, roofing, mechanical, architectural, landscaping which is incidental to repair or alteration, storm drainage, exterior renovations, demolition, design-build, and abatement when incidental to construction. Also included is, but is not limited to, earthwork, pavement repair and/or replacement, construction, and other miscellaneous civil work. 

The Source Selection procedures under FAR Part 15 will be followed as the method of selecting the successful offerors. The evaluation of competitive small business proposals submitted in response to the Request for Proposals (RFP) will be conducted based on a best value determination. Awards will be made using tradeoffs between technical rating and price, so the Government can consider award to other than the lowest priced proposal or the highest technically rated offeror, but rather to the offerors representing the best value to the Government considering technical and price factors.

There are two hypothetical projects associated with this IDIQ solicitation, which are representative of some types of work which will be covered by this set of multiple-award contracts. For Offerors submitting a proposal to be primary for only the Large Projects Pool, only Hypothetical Project A will be required and evaluated for rating, and its score will be 100% of the Hypothetical Project total score for that Offeror. For Offerors submitting a proposal to be primary for only the Small Projects Pool, both the hypothetical projects will be required and evaluated for rating. The scores from Hypothetical Projects A and B will be averaged to calculate the total Hypothetical Projects score for that Offeror. For Offerors submitting a proposal to be considered primary for both the Large and Small Project Pools, both hypothetical projects will be required and evaluated for rating. 

The government intends to award contracts without discussions; however, the  government reserves the right to conduct discussions if determined to be in the best  interest of the government. Initial proposals must contain the best offer. The  government may conduct clarifications, as described in FAR 15.306(a).  

Extensive market research supports a total small business set-aside, which was approved on the Small Business Analysis Record, GSA Form 2689, on March 27, 2023.

The solicitation will be issued electronically on or about June 20, 2023, on the System for Award Management (SAM) database at www.sam.gov. A virtual pre-proposal conference is tentatively scheduled on or about June 28, 2023. This meeting is intended to review the scope of the project and the submittal requirements. 

The North American Industry Classification System (NAICS) Code is 236220. All firms and prime contractors doing business with the Federal Government shall be registered  at www.sam.gov prior to award of a contract.

Contact Information

Contracting Office Address

  • R7 PROG SUPPORT - CAPITAL AND IDIQ 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA

Primary Point of Contact

Secondary Point of Contact





History