Search Contract Opportunities

Alaska Job Order Construction Contract (JOCC)-Zone 3 Only   5

ID: 47PL0122R0050 • Type: Solicitation

Description

Posted: Feb. 21, 2023, 5:12 p.m. EST

AMENDMENT 0006 (AM06)

This solicitation (47PL0122R0050) entitled "AK JOCC" is hereby amended for ZONE 3 ONLY as follows:
1. PROVIDES: Rev4 AK JOCC Solicitation Final dated_230214
2. PROVIDES: Rev2 AK JOCC Agreement Final dated 230215
3. PROVIDES: Attachment 8-Alaska JOCC IDIQ SOW dated 230215
4. PROVIDES: Rev2 Attachment 1_Price Schedule Workbook (Supplement to the SF1442)
5. PROVIDES: Rev1 47PL0122R0050 Form_1442
6. CHANGES: The date and hour for the Receipt of Offer TO MARCH 23, 2023 at 10:00 AM Alaska Time.
7. All other terms and conditions remain unchanged by this amendment (AM06).
--------------------------------------------------

AMENDMENT 0005 (AM05)

Amendment 0005 (AM05) Provides/Updates -

  1. PROVIDES: AM05 Alaska JOCC Solicitation Questions (clarify # 5).pdf Note: Clarification to the Government response to question number 5 is provided striking out the previous response at amendment AM01 and directing offerors to government response to question number 18.
  2. EXTENDS: The hour and date specified for receipt of Offer is extended
    • FROM 10:00 AM Alaska Time, January 12, 2023,
    • TO 10:00 AM Alaska time, January 17, 2023.
  3. All other terms and conditions remain unchanged by this amendment (AM05)

END OF AMENDMENT 0005 (AM05)

*****

AMENDMENT 0004 (AM04)

Amendment 0004 (AM04) Provides/Updates -

  1. PROVIDES: AM04 - AK JOCC Solicitation Questions (Responses 17-18).pdf Note: Requests for Clarification or Interpretation - The Government will attempt to answer all requests for clarifications or interpretations of the Solicitation Documents prior to the date set for receipt of offers, but do not warrant that all such requests will be answered within 15 calendar days. Prospective Offerors should make such requests not less than 15 calendar days prior to the date set for receipt of offers. The date set for receipt of offers is January 12, 2023.
  2. PROVIDES: Rev. 3 AK JOCC Solicitation_final_230103
    • Rev. 3 AK JOCC Solicitation_final_230103 provides clarification for evaluation factors order of importance: Non-Price Factors, when combined, are significantly more important than Total Evaluated Price. Evaluation factors are listed in descending order of importance.
    • Rev. 3 AK JOCC Solicitation_final_230103 supersedes all previous versions of The Solicitation document.
  3. PROVIDES: Rev1 AK JOCC Agreement_final 230106
    • Rev1 AK JOCC Agreement_final 230106 provides the following clauses in full text:
      • 52.216-18 Ordering (OCT 1995)
      • 52.216-19 Order Limitations (OCT 1995)
      • 52.216-22 Indefinite Quantity (OCT 1995)
    • Rev1 AK JOCC Agreement_final 230106 supersedes all previous versions of The Agreement document.
  4. The hour and date specified for receipt of Offer remains unchanged at 10:00 AM Alaska Time, January 12, 2023.
  5. All other terms and conditions remain unchanged by this amendment (AM04)

END OF AMENDMENT 0004 (AM04)

*****

AMENDMENT 0003 (AM03)

Amendment 0003 (AM03) Provides/Updates -

  1. PROVIDES: AM03 - AK JOCC Solicitation Questions (Responses 14-16).pdf
  2. PROVIDES: Rev. 2 AK JOCC Solicitation_final_221228
    • The Rev. 2 AK JOCC Solicitation_final_221228 provides an amendment to the page limit for Volume II - Technical Proposal Part 1 (Factor 1 Management Plan and Factor 2 Project Execution) from 15 pages to 20 pages.
    • Rev. 2 AK JOCC Solicitation_final_221228 supersedes all previous versions of The Solicitation document.
  3. The hour and date specified for receipt of Offer remains unchanged at 10:00 AM Alaska Time, January 12, 2023.
  4. All other terms and conditions remain unchanged by this amendment (AM03)

END OF AMENDMENT 0003 (AM03)

*****

AMENDMENT 0002 (AM02)

Amendment AM02 Provides/Updates -

  1. PROVIDES: AM02 - Alaska JOCC Solicitation Questions (Responses 12.3 & 12.4).pdf
  2. The hour and date specified for receipt of Offer remains unchanged at 10:00 AM Alaska Time, January 12, 2023.
  3. All other terms and conditions remain unchanged by this amendment (AM02)

END OF AMENDMENT 0002 (AM02)

*****

AMENDMENT 0001 (AM01)

Amendment AM01 Provides/Updates -

  1. PROVIDES: AK JOCC Pre-Proposal Conference Notes 2022 12 08.pdf
  2. PROVIDES: AK JOCC Pre-Proposal Conference Slides 2022 12 08.pdf
  3. PROVIDES: AM01 - Alaska JOCC Solicitation Questions (Responses 1-13).pdf
  4. PROVIDES: Attachment 10 Standardized AK JOCC TO SOW Template_221214.pdf
  5. PROVIDES: Rev. 1 AK JOCC Solicitation_final_221214.pdf
  6. PROVIDES: Rev.1 Attachment 1_Price Schedule Workbook (Supplement to the SF 1442).xlsx
  7. PROVIDES: Rev.1 Attachment 4 - Offeror's Past Experience.docx
  8. PROVIDES: Rev.1 Attachment 5 - Past Performance Questionnaire.docx
  9. EXTENDS: The hour and date specified for receipt of Offer is hereby extended
    • FROM: On or before 10:00 AM Alaska Time, December 22, 2022,
    • TO: On or before 10:00 AM Alaska Time, January 12, 2023.
  10. All other terms and conditions remain unchanged by this amendment (AM01)

END OF AMENDMENT 0001 (AM01)

*****

The General Services Administration (GSA), Public Buildings Service (PBS), Northwest/Arctic Region (Region 10), Acquisition Division (10PQ), 1301 A Street, Suite 610, Tacoma, WA 98401. GSA Field Offices are in the cities of Anchorage, AK, Boise, ID, Portland, OR, Seattle, WA, and Spokane, WA. The solicitation number is 47PL0122R0050.

The North American Industry Classification System (NAICS) Code for this project is: 236220; Commercial and Institutional Building Construction and the size standard of $39.5 million in average annual receipts. The Product Service Code is Z2AA, Repair or Alteration of Office Buildings.

This procurement is set aside completely for Total Small Business Set-aside in accordance with FAR 19.501. All responsible sources may submit a proposal which shall be considered by the agency.

The GSA, PBS, Region 10 has recurring non-complex construction projects throughout the state of Alaska. This solicitation may result in one or more single IDIQ awards utilizing the Job Order Construction Contract (JOCC) project delivery method. For the purposes of this action the GSA has determined that the technical specifications and associated unit cost book will be the RS MEANS' Facilities Cost of Construction (FCC). Interested Offerors will submit proposal factors' that are a plus or minus of 1.00 to be applied to the unit costs as stated in the applicable FCC. Offerors are responsible for obtaining a working copy of the RS MEANS FCC unit price book and any resultant revisions as incorporated on an annual basis for any exercised option years.

This is a single solicitation for three (3) single IDIQ awards. The solicitation will result in the award of three discrete geographical areas, as identified below:

ZONE 1 Interior Alaska: This zone includes the interior area of the state of Alaska. This includes, but is not limited to, federal and leased facilities located in or near the cities of Fairbanks, Tok, ALCAN Land Port of Entry (LPOE), Kotzebue, and Nome, Alaska. This encompasses an area within the Interior of Alaska.

ZONE 2 South Central Alaska: This zone includes, but is not limited to, federal and leased facilities located in or near the cities of Anchorage, Palmer, Wasilla, Seward, Soldotna, and Homer. This encompasses an area within South Central Alaska.

ZONE 3 Southeast Alaska: This zone includes, but is not limited to, federal and leased facilities located in or near the cities Juneau, Petersburg, Ketchikan, Haines LPOE, and the Skagway LPOE. This encompasses an area within Southeast Alaska and borders Canada.

GSA may elect to use this IDIQ for GSA owned and controlled facilities outside of the cities named above, if they are within the state of Alaska.

The acquisition milestones for this procurement are anticipated to be:

RFP Issuance on or around 11/22/2022

Pre-proposal Conference on or around 12/07/2022

Proposals Due 12/22/2022

Award Issuance on or around 02/25/2023

GSA anticipates the award of as many as three (3) IDIQ contracts for construction services. A single Offeror may propose on one or multiple zonal locations but do not have to propose on all three locations to be considered for award (must propose on at least one zone). An Offeror selected for two or more zonal locations will receive a single contract with each zonal area identified by discrete CLIN numbers. All responsible sources may submit a proposal which shall be considered by the agency. Each IDIQ will consist of a base year and four (4) option years. The Government shall have the unilateral right to extend the contract term by written notice to the Contractor in accordance with Clause 52.217- 9, Option to Extend the Term of the Contract.

The total estimated contract maximum value (CMV) per single JOCC IDIQ is: $4 million per year.

The contract spend, per individual Alaska JOCC IDIQ potentially could amount to $1.25 million annually.

The maximum single task order contract award is limited to $150,000 per order.

The estimated range for single task order contract awards is between $10,000-$50,000.

The government makes no representation as to the number of Task Orders or actual amount of work to be ordered; however, a minimum of $3,000 is established as the minimum guarantee for the placement of the contract.

This contract is subject to affirmative procurement policy which supports and enforces sustainable practices for construction in accordance with FAR Part 23.

Proposal submission instructions will be included in the solicitation package.

Work to be accomplished under individual task orders includes construction of interior and exterior projects on behalf of the GSA. GSA is the federal owners' representative for other federal agencies who rent office space from GSA. Downstream construction efforts will occur in Class A and Other Than Class A office space. Projects will also include Land Port of Entry (LPOE) facilities along the U.S. Border in the state of Alaska. Work will occur typically in fully occupied facilities. These projects are subject to Homeland Security Presidential Directive (HSPD) 12 Security Clearance Procedures. Some projects will include Controlled Unclassified Information (CUI) information which requires document control procedures throughout the project life cycle and will be outlined in each task order request.

Construction efforts will be performed by General Construction contractors and associated trades, including but not limited to Mechanical, Electrical, and Plumbing.

Interested offerors must be actively registered in Systems for Award Management (SAM). To register go to: https://sam.gov . You will need your Unique Entity Identifier (UEI) number to register. Instructions for registering are on the web page.

The IDIQ contracts awarded, and task orders issued as a result of this solicitation will include Buy American Act (BAA) clauses. As a result, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.

Solicitation documents are attached.

INTERESTED PARTIES ARE STRONGLY ENCOURAGED TO REGISTER TO RECEIVE NOTIFICATION OF ACTIONS INCLUDING POSTING OF THE SOLICITATION AND ANY AMENDMENTS. HOWEVER, OFFERORS ARE ADVISED TO CHECK THE SIGHT FREQUENTLY AS THEY ARE RESPONSIBLE FOR OBTAINING AMENDMENTS.

No telephone or facsimile requests will be accepted.

*************************************************************************************

If you have a specific question(s) regarding this Pre-Solicitation Notice please fill out the Google Form (link provided below) and send it to GSA.

R10 AK JOCC Pre-Solicitation Questionnaire Form

Contracting Office:

General Services Administration

Public Buildings Service, R10

222 W. 7th Ave., Room 151

Anchorage, AK 99513

Primary Point of Contact:

Mark A. Mitchell

Contract Officer

Mark.mitchell@gsa.gov

Phone: 509-279-3891

Secondary Point of Contact:

Rebecca Graham

Contracting Officer

rebecca.graham@gsa.gov

Phone: 907-223-8671

Posted: Feb. 21, 2023, 3:59 p.m. EST
Posted: Jan. 10, 2023, 5:50 p.m. EST
Posted: Jan. 6, 2023, 9:19 p.m. EST
Posted: Dec. 28, 2022, 3:17 p.m. EST
Posted: Dec. 16, 2022, 2:40 p.m. EST
Posted: Dec. 15, 2022, 4:47 p.m. EST
Posted: Nov. 22, 2022, 6:58 p.m. EST
Background
The General Services Administration (GSA), Public Buildings Service (PBS), Northwest/Arctic Region (Region 10), Acquisition Division (10PQ), 1301 A Street, Suite 610, Tacoma, WA 98401. GSA Field Offices are in the cities of Anchorage, AK, Boise, ID, Portland, OR, Seattle, WA, and Spokane, WA. The solicitation number is 47PL0122R0050. The Product Service Code is Z2AA, Repair or Alteration of Office Buildings. This procurement is set aside completely for Total Small Business Set-aside in accordance with 19.501. All responsible sources may submit a proposal which shall be considered by the agency.

Work Details
The GSA, PBS, Region 10 has recurring non-complex construction projects throughout the state of Alaska. This solicitation may result in one or more single IDIQ awards utilizing the Job Order Construction Contract (JOCC) project delivery method. For the purposes of this action the GSA has determined that the technical specifications and associated unit cost book will be the ‘RS MEANS’ Facilities Cost of Construction (FCC). This is a single solicitation for three (3) single IDIQ awards. The solicitation will result in the award of three discrete geographical areas: ZONE 1 – Interior Alaska; ZONE 2 – South Central Alaska; ZONE 3 – Southeast Alaska.

Period of Performance
The acquisition milestones for this procurement are anticipated to be: RFP Issuance—on or around 11/22/2022; Pre-proposal Conference—on or around 12/07/2022; Proposals Due—12/22/2022; Award Issuance—on or around 02/25/2023. Each IDIQ will consist of a base year and four (4) option years.

Place of Performance
The geographic locations for construction projects include Interior Alaska, South Central Alaska, and Southeast Alaska.

Overview

Response Deadline
March 23, 2023, 2:00 p.m. EDT (original: Dec. 22, 2022, 2:00 p.m. EST) Past Due
Posted
Nov. 22, 2022, 6:58 p.m. EST (updated: Feb. 21, 2023, 5:12 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
AK United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
55% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 11/22/22 PBS Region 10: Northwest Arctic Region issued Solicitation 47PL0122R0050 for Alaska Job Order Construction Contract (JOCC)-Zone 3 Only due 3/23/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2AA.
Primary Contact
Name
Mark Mitchell   Profile
Phone
(509) 279-3891

Secondary Contact

Name
Becky Graham   Profile
Phone
(907) 223-8671

Documents

Posted documents for Solicitation 47PL0122R0050

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 47PL0122R0050

Award Notifications

Agency published notification of awards for Solicitation 47PL0122R0050

IDV Awards

Indefinite delivery vehicles awarded through Solicitation 47PL0122R0050

Incumbent or Similar Awards

Contracts Similar to Solicitation 47PL0122R0050

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 47PL0122R0050

Similar Active Opportunities

Open contract opportunities similar to Solicitation 47PL0122R0050

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R10
FPDS Organization Code
4740-LT000
Source Organization Code
100173643
Last Updated
April 7, 2023
Last Updated By
mark.mitchell@gsa.gov
Archive Date
April 7, 2023