Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
SOURCES SOUGHT

Y -- Desin/Build Services for U.S. Fish and Wildlife Service, North Dakota.

Notice Date
10/19/2004
 
Notice Type
Sources Sought
 
Contracting Office
US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
601815R031
 
Response Due
11/9/2004
 
Archive Date
10/19/2005
 
Description
Sources are being sought for an Indefinite Delivery Indefinite Quantity (IDIQ) type contract by the U.S. Fish and Wildlife Service for construction and design/build services for many of our Refuges and Fisheries located in North Dakota. Work will consist of but not be limited to performing a wide range of construction tasks for many of our Refuges and Fisheries located throughout the state. Specifically, the work will be for a wide range of individual construction tasks to include, but not be limited to new construction, demolition and/or repair of real property, carpentry, road and parking lot repair, roofing, excavation, interior and exterior electrical, mechanical systems, plumbing, sheet metal, painting, demolition, concrete masonry, welding and well drilling services for the following Refuges and Fisheries: Arrowwood NWR, Audubon NWR, Des Lacs NWR, J. Clark Salyer NWR, Devils Lake NWR, Lake Alice NWR, Long Lake NWR, Lostwood NWR, Sully's Hill National Game Preserve, Tewaukon NWR and Upper Souris NWR, North Dakota. Work at Fisheries will include the following locations: Garrison Dam and Valley City National Fish Hatcheries, North Dakota. Additional Refuges and Fishery locations may be added to the contract as determined by the Government, and negotiated with the successful contractor. The successful contractor(s) will be required to furnish all materials, equipment and personnel necessary to design, manage and accomplish individual projects and maintain a central management/project office in North Dakota. The government may award multiple contracts in order to satisfy our minimum needs. This IDIQ contract will consist of (1) one base year and (4) four one-year option periods. The guaranteed minimum amount for each contract awarded is $50,000.00. The estimated maximum "non-guaranteed" amount is $2,000,000 per year for an estimated total of $10,000,000 for the base year and four one year option periods. The successful contractor(s) must be able to provide payment and/or performance bonds for each task order issued in excess of $25,000.00. Task orders will range from $2,000 to $500,000.00. Significant subcontracting activity is expected under this contract. The successful contractor(s) will be selected using Present and Past Performance Trade-offs (PPT) procedures resulting in the Best Value to the Government. The North American Industry Classification System (NAICS) codes for this acquisition are 236, 237 and 238. Interested offerors shall provide a capability profile which consists of an introduction statement, company structure, and construction experience in excess of $250,000.00, construction management experience, sub-contracting experience, environmental experience, and experience in dealing with IDIQ type(s) of contracts for the Federal Government. In addition, the contractor shall provide administrative capabilities in regards to finance and project management capabilities. Please provide information as to the size and status of your company, i.e., Hubzone, 8(a), Disabled Veteran Small Business Concern, etc. If you are interested in this project and are confident your company may have the ability to compete for the project, please submit a written response to this synopsis. Your written response must be received by this agency no later than 4:00 P.M. local time, November 9, 2004. Your response shall be prepared in a format that corresponds to the individual topics and requests of this synopsis. Please mail all written correspondence to the U.S. Fish and Wildlife Service, Attention Mr. Derek C. Reed, Contracting Officer, CGS Mail-Stop 60181, P.O. Box 25486, DFC, Denver, Colorado 80225. Overnight or hand carried correspondence shall be sent to the U.S. Fish and Wildlife Service, Attention: Mr. Derek C. Reed, Contracting Officer, CGS-Mail Stop 60181, 134 Union Blvd., Suite 140, Lakewood, CO 80228. All other questions and/or comments shall be put in writing and faxed to the attention of Mr. Derek Reed, (303) 236-4791. If you have any questions regarding this announcement, please contact Mr. Derek Reed at (303) 236-4329.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144856&objId=123880)
 
Record
SN00696025-W 20041021/041019211938 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.