Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOURCES SOUGHT

R -- Interpretive exhibits and signs for US Fish & Wildlife Service in Region 6 states.

Notice Date
11/4/2005
 
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
601816R033
 
Response Due
11/19/2005
 
Archive Date
11/4/2006
 
Small Business Set-Aside
N/A
 
Description
Sources are being sought for an Indefinite Delivery Indefinite Quantity (IDIQ) type contract with the U.S. Fish & Wildlife Service (USFWS) for miscellaneous indoor and outdoor interpretive exhibits and signs and related support services for Region 6. Region 6 consists of the following states: North and South Dakota, Montana, Wyoming, Utah, Colorado, Nebraska, and Kansas. This contract is designed to respond to the needs of the region for moderate sized new exhibits and rehabilitation of, as well as additions to, existing exhibits. Facilities include, but are not limited to, visitor centers, field offices, and contact stations, outdoor kiosks, and other outdoor facilities. Some work may occur in other locations not owned by the USFWS, but in which there is a partnership or agreement to place interpretive media. The interpretive products will be used to demonstrate the natural and cultural values of USFWS lands, facilities, management programs and associated plant and wildlife. This contract will provide field stations and the regional office with assistance in rehabilitating or replacing old and outdated exhibits or in producing new displays for field stations and other locations. Work may involve travel to various field stations or other locations for the purpose of planning and subject research, preparing costs estimates, inspecting and evaluating sites, assessing rehabilitation of existing exhibits, fabricating and installing exhibits. For the purpose of this contract, "exhibit" is defined as including, but not limited to, any of the following or combination thereof: dioramas and associated cabinetry, interpretive panels, audio/visual programs and equipment, graphics, photomurals, background paintings, multi-media programs and equipment, animatronics and other audio mechanicals, sound systems, photographs, interior and exterior signs, and sale display. The government may award multiple contracts in order to satisfy these requirements. 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 will be $25,000. The estimated maximum "non-guaranteed" amount is $500,000 per year for an estimated total of $2,500,000 for the base year and four one year option periods. Task orders will range from $500 to $500,000. The successful contractor(s) will be selected based on the overall best value to the Government based on analysis of request for proposal (RFP) technical, past performance, and price evaluation factors. The North American Industry Classification System (NAICS) code for this acquisition is 541430 and 339999. Interested offerors shall provide a capability profile which consists of an introduction statement, company structure, and the following criteria (a) interpretive exhibit and sign experience in excess of $25,000, (b) management experience, (c) sub-contracting experience, and (d) experience in dealing with IDIQ type(s) of contracts including those with Federal agencies. In addition, the contractor shall provide (e) 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. This is a sources sought synopsis only. 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. MST, November 19, 2004. Please mail all written correspondence to the U.S. Fish and Wildlife Service, Attention Mr. Albert J. O'Mara, Contract Specialist, CGS Mail-Stop 60181, P.O. Box 25486, DFC, Denver, Colorado 80225-0486. Overnight or hand carried correspondence shall be sent to the U.S. Fish and Wildlife Service, Attention: Mr. Albert J. O'Mara, Contract Specialist, 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 or emailed to the attention of Mr. Albert J. O'Mara at (303) 236-4791 or al_omara@fws.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144856&objId=142903)
 
Place of Performance
Address: USFWS Region 6 states include North and South Dakota, Montana, Wyoming, Utah, Colorado, Nebraska, and Kansas.
Zip Code: 80225
Country: USA
 
Record
SN00927162-W 20051106/051104212848 (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.