Skip to main content

An official website of the United States government

You have 2 new alerts

St Elizabeths West Campus SATOC

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 28, 2023 05:17 pm EDT
  • Original Published Date: Sep 22, 2023 11:49 am EDT
  • Updated Date Offers Due: Oct 31, 2023 12:00 pm EDT
  • Original Date Offers Due: Oct 31, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20032
    USA

Description

The Government contemplates the award of a Firm Fixed Price Contract Single Award Task Order Contract for the St. Elizabeths Campus located in Washington, DC. The estimated values of all projects/task orders will range from $3.500 up to the simplified acquisition threshold (currently $250,000.00). Award of this contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the Solicitation in advance of such time as funds are made available to the Contracting Officer.

This solicitation will be awarded using the Lowest Price Technically Acceptable (LPTA). This acquisition will be Total Small Business Set-Aside

The term of the IDIQ contract will be a one (1) year base with four (4) one-year options. The contract will not include pre-negotiated line-item pricing. Each project/task order will not be competed using criteria established by the ordering office. This contract vehicle will be utilized by the Regional 11 only.

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 duct work modification; modification of existing building fire sprinkler systems; plastering and plaster repair work; sidewalk repairs/replacement; asphalt/concrete paving;

2) Alteration services, including, but not limited to: electrical, carpentry, masonry, plumbing,  mechanical, architectural, landscaping, storm drainage, exterior restoration, waterproofing, re-pointing,  cleaning, sealing, design-build services; 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 related work. Additionally, design work incidental to construction as well as design/build work are included.

This proposed procurement is anticipated to be set aside for small businesses under FAR 19.502-2. IDIQ contracts will be awarded to responsible offerors whose proposals offer the best overall value to the Government. Individual projects/task orders will range in value from $3,500.00 to the simplified acquisition threshold (currently $250,000.00.) The NAICS code applicable to this proposed procurement is 236220 and the size standard is $39.5 million. Prospective contractors should have bonding capacity of a minimum of $500,000.00.

To encourage participation in this RFQ, a pre-submission meeting will be scheduled at later date. An amendment to this notice will be for issued with the date, time, and location. Attendance is completely voluntary and will not positively or negatively impact a team's evaluation. Those wishing to attend should RSVP to Nicole Dent, Contracting Officer, at Nicole.Dent@gsa.gov and Georgia Robinson, Contract Specialist Georgia.Robinson@gsa.ogv  In the e-mail, please provide the names of those attending.

All responsive offers will be considered. The prime contractor must be registered in the System for Award Management (www.sam.gov).

Contact Information

Contracting Office Address

  • PBS R11 CONSTRUCTION SERVICES DIVSION CENTER 4 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA

Primary Point of Contact

Secondary Point of Contact

History