Similar Projects
Maintenance, Repair, and Operations Supplies and Services
Term Contract
Sub-Bidding
Fort Worth, TX 76102

Renovate and Repair Architectural Features IDIQ contract
Term Contract
Post-Bid
$100,000,000 CJ est. value
Fort Hood, TX 76544

2205-15 for Pest Control Services
Alteration
Post-Bid
Keller, TX 76244

Annual Requirements Contract for Breakaway Sign Posts
Term Contract
Post-Bid
Arlington, TX 76010

Unrestricted Vertical MATOC
Term Contract
Post-Bid
Fort Worth, TX 76102

IH 35W - Winter Weather Material
Term Contract
Post-Bid
$953,520 CJ est. value
Fort Worth, TX 76102

Annual Requirements Contract for Grass Sod
Term Contract
Post-Bid
Arlington, TX 76010

Annual Contract for Emulsions
Term Contract
Post-Bid
Fort Worth, TX 76102

Tree Service Maintenance
Term Contract
Post-Bid
Grapevine, TX 76051

Service Center Shop Equipment Repairs and Service
Term Contract
Post-Bid
Fort Worth, TX 76102

Citywide Tree and Shrub Maintenance and Removal Services
Term Contract
Post-Bid
Hurst, TX 76053

Submersible Pumps Service and Repairs
Term Contract
Post-Bid
Fort Worth, TX 76102

Cleaning Services for the Keller ISD Stadium
Term Contract
Post-Bid
Keller, TX 76248

Rock and Pea Gravel for FY'23 Pipe Replacement
Term Contract
Post-Bid
Fort Worth, TX 76102

Commercial Heating, Ventilation and Air Conditioning (HVAC) Maintenance and Repair Services/FTW
Term Contract
Post-Bid
Fort Worth, TX 76102

Last Updated 12/25/2023 10:33 PM
Project Title

Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, with Design-Build and incidental Abatement for GSA/PBS R

Physical Address View project details and contacts
City, State (County) Fort Worth, TX 76102   (Tarrant County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Design-Build Firm to Subcontract, Competitive Bids
Project Status Sub-Bidding, Request for Qualifications, Construction start expected February 2024
Bids Due View project details and contacts
Estimated Value $3,500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Amendment 8 opens the solicitation for the Fort Worth and Louisiana Zones. All documents associated with these zones are included in Amendment 8 and subsequent amendments, which will provide additional information. Documents or forms from before this amendment are not valid for the specified zones, unless otherwise stated in the solicitation. Previously posted documents on sam.gov are exclusive to the earlier zones which are now closed. Proposal Submission: Deadline: January 16, 2024, at 9:00 AM Central Time. Acknowledge this amendment and all subsequent ones (beginning with Amendment 08) on Block 19 of the Standard Form 1442 when submitting proposals. Questions and Proposal Submissions cont.: All inquiries and proposals should be emailed. No phone queries are permitted. Submit questions and proposals following the solicitation instructions to the email addresses below. Fort Worth Zone: r7idiq.fw@gsa.gov Louisiana Zone: r7idiq.la@gsa.gov Pre-Proposal Conference: The pre-proposal conference for the Fort Worth and Louisiana Zones is scheduled as follows and will be conducted on-line: Date: December 20, 2023 Time: 10:00 AM - 12:00 PM Central Time Join Online Here: https://meet.google.com/cao-wmtr-pox Or Join by Phone: (US) +1 585-666-1072 PIN: 169 624 323# Please ensure to adhere to all instructions and guidelines when proceeding with your submissions. _____________________ AMENDMENT 7 Amendment 7 incorporates amendments 1 through 4 as SF30 attachments to the Solicitation, providing historical context. Additionally, an updated Questions & Answers document is incorporated, available in the "SF30 Amendment 7 2023 10 30" file, on pages 3 through 19. _____________________ AMENDMENT 6 Amendment 6 incorporates an updated Questions & Answers document, Pre-Proposal Conference Agenda, Slide Deck, and Attendance List as attachments to the Solicitation. These documents are available in the attached "SF30 Amendment 6 2023 10 23' file, located on pages 3 through 49. _____________________ AMENDMENT 5 Amendment 5 opens the solicitation for the Arkansas, North New Mexico, and West Texas Zones. All documents associated with these zones are included in Amendment 5 and subsequent amendments, which will provide additional information. Documents or forms from before this amendment are not valid for the specified zones, unless otherwise stated in the solicitation. Previously posted documents on sam.gov are exclusive to the earlier zones which are now closed. Proposal Submission: Deadline: November 13, 2023, at 9:00 AM Central Daylight Time. Acknowledge this amendment and all subsequent ones (beginning with Amendment 05) on Block 19 of the Standard Form 1442 when submitting proposals. Questions and Proposal Submissions: All inquiries and proposals should be emailed. No phone queries are permitted. Submit questions and proposals following the solicitation instructions to the email addresses below. Arkansas Zone: r7idiq.ark@gsa.gov North New Mexico Zone: r7idiq.nnm@gsa.gov West Texas Zone: r7idiq.wtx@gsa.gov Pre-Proposal Conference: The pre-proposal conference for the Arkansas, North New Mexico, and West Texas Zones is scheduled as follows and will be conducted on-line: Date: October 19, 2023 Time: 10:00 AM - 12:00 PM Central Daylight Time Join Here: https://meet.google.com/fsr-nyzw-kem Please ensure to adhere to all instructions and guidelines when proceeding with your submissions. _____________________ AMENDMENT 4 Amendment 4 is hereby issued to extend the proposal due date, including the submission of Past Performance Questionnaires (PPQs), from 5:00 PM CDT, July 21, 2023, to 9:00 AM CDT, July 24, 2023. _____________________ AMENDMENT 3 Amendment 3 incorporates an updated Questions and Answers document, compiling recent inquiries and their respective answers relevant to this Solicitation. This document is available in the attached '10 SF30 Amendment 3 2023 07 17' file, located on pages 3 through 17. _____________________ AMENDMENT 2 Amendment 2 brings forth several changes. It is hereby issued to extend the proposal due date, including the submission of Past Performance Questionnaires (PPQs), from 5:00 PM CDT, July 20, 2023, to 5:00 PM CDT, July 21, 2023. Modifications have been made to Hypothetical Projects A and B Scope of Work (SOW). The revisions in these documents are highlighted in two manners: new additions are indicated in green text, and deleted elements from the SOWs are struck through for easy identification. Additionally, Hypothetical Project A SOW is revised to now include Attachment 11: Under Carpet Installation Location, located on page 42 of the document. The Solicitation Response Form is revised to accommodate details for five (5) sample projects, in place of the initial four (4). Lastly, Amendment 2 incorporates an updated Questions and Answers document, compiling recent inquiries and their respective answers relevant to this Solicitation. This document is available in the attached '10 SF30 Amendment 2 2023 07 11' file, located on pages 3 through 16. _____________________ AMENDMENT 1 Amendment 1 brings forth several changes. It introduces the Questions and Answers document, Pre-Proposal Conference Agenda and Attendance List as additional attachments to the Solicitation - located in the document titled '10 SF30 Amendment 1 2023 06 30'. The language used in Section VI.E., Total Evaluated Price of the Solicitation, is revised. Duplicate mention of the Arkansas Zone in the table under Section I.E., Estimated Contract Value of the Solicitation, is removed to correct the redundancy. The stipulation for offerer rates to encompass "Shipping of all materials to the jobsite" has been eliminated from the Solicitation, Agreement, IDIQ Statement of Work, and Bid Schedule Template. As such, it is no longer necessary to be included. Lastly, the Agreement is updated to include 'The Project Narrative', which can be found in Section III.S.(2)(3) of the Agreement. _____________________ Description: This constitutes a Request for Proposal (RFP), for a new indefinite delivery indefinite quantity (IDIQ) multiple award contract for construction, repair, and alteration, with design-build and incidental abatement services. 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. In accordance with FAR 52.219-6, this procurement is set aside exclusively for Small Business concerns. Performance Location: Counties and parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas (Region 7). General Description of Scope of Services: This contract is to provide general construction, repair, and alteration, with design-build and incidental abatement services. The NAICS code for this procurement is 236220 with a size standard of $39.5 million. This will be a firm fixed price multiple award contract. This PBS Region has been organized into twelve geographic zones. Awards will be staggered by zone, potentially two zones at a time. All work to be acquired under the contracts will be accomplished by the issuance of individual task orders. The individual task orders to be placed under the contracts will range in dollar value from approximately $2,000 to $5,000,000; however, project values will NOT be equally spread over this range. The Maximum Order Limitation (MOL) for a contract which is primary in only the Small Projects Pool shall be $2,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. The Maximum Order Limitation (MOL) for a contract which is primary in only the Large Projects Pool shall be $6,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. A contract which is primary in both project pools will have a MOL of $8,000,000 aggregate for all task orders for each annual period of performance, for each contract, for each zone. These contracts will be solicited as one (1) year contracts, with four (4) separate one (1) year option periods, for a total potential contract period not to exceed five (5) years. Facilities covered under the scope of this contract include Government owned and leased facilities in counties or parishes within the states of Arkansas, Louisiana, New Mexico, Oklahoma, and Texas. Services will be required under these contracts on an as-needed basis up to a single task order limit of $5,000,000. Task orders will be prepared based on defined scopes of work for specific projects and issued as firm-fixed price tasks orders. The base IDIQ contracts will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm-fixed price award to the offerors who provide the best value to the Government. Offerors will be evaluated based on technical merit and price proposals. For this procurement, technical evaluation factors, when combined, are significantly more important than total evaluated price. The trade-off process under the best value approach will be used. The technical evaluation factors in descending order of importance are: 1. Past Performance and 2. Hypothetical Projects. The Government's intent is to award five (5) to seven (7) IDIQ contracts per zone, to offerors who submit a proposal which will provide the best value to the Government in terms of technical qualifications and price; however, the Government reserves the right to award more or fewer contracts per zone as determined to be necessary. The Government intends to make award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The solicitation package (offer forms, attachments, clauses, and provisions) is available only electronically on sam.gov. Potential offerors are responsible for downloading the solicitation and attachments, and for monitoring the website for possible amendments and/or additional information. A pre-proposal conference will be conducted at the date and time identified in the solicitation package. All information, amendments, and questions concerning this solicitation will be electronically posted on http://www.sam.gov. In order to participate in this procurement, offerors MUST be registered in the System for Award Management (SAM). There is no fee to register for this site. Interested firms are required to submit their annual representations and certifications through the SAM website. The website for SAM is http://www.sam.gov. 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. The solicitation and associated information will be available from the sam.gov website mentioned above. **No telephone requests or questions will be accepted.** This solicitation is not a sealed bid procurement and there will not be a formal public bid opening. All inquiries must be in writing. All answers will be provided in writing and will be available on the aforementioned SAM posting. Offerors will not be reimbursed for proposal submittal expenses. All questions pertaining to the Dallas zone must be submitted in writing by email to (r7idiq.dal@gsa.gov), and for the Oklahoma Zone to: (r7idiq.ok@gsa.gov). Pre-Proposal Conference: The pre-proposal conference for the Dallas and Oklahoma Zones is scheduled as follows and will be conducted on-line: Date: June 28, 2023 Time: 2:00 PM - 4:00 PM Central Standart Time On-line Location: https://meet.google.com/wfx-ootd-pqt NO CAPABILITY STATEMENTS, RESUMES, INTRODUCTORY EMAILS, OR SIMILAR CORRESPONDENCE SHOULD BE SUBMITTED. DISCLAIMER: The official solicitation package is located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the SAM.gov site for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies of this solicitation.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents