Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract (MATOC) Construction for Wave Breaks, Shoreline Stabilization, Breakwaters/Wavebreaks, and Related Shoreline Stabilization Projects

Notice Date
1/4/2010
 
Notice Type
Presolicitation
 
Contracting Office
Texas Chenier Plain National Wildlife Refuge Complex U.S. Fish & Wildlife ServicePO Box 278 Anahuac TX 77514
 
ZIP Code
77514
 
Solicitation Number
20181AR503
 
Archive Date
1/4/2011
 
Point of Contact
Paul M. Griffin Contracting Officer 4092673337 paul_griffin@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Fish and Wildlife Service, Region 2-Southwest, is preparing to issue a Request for Proposal (RFP) 20181AR503 on or about February 11, 2010 that will potentially result in award of up to three (3) individual Construction Multiple Award Task Order Contracts (MATOC) for the site preparation, construction, installation, and maintenance of various types of shoreline and bank erosion control systems; most commonly installation and construction of wave breaks and breakwaters along the Gulf Inter Coastal Waterway (GIWW) along the Texas Coast. Various projects relating to erosion control systems will be required by the government over the next several years that serve to prevent shoreline and bank erosion along waterways, lakes, canals, bayous, swamps, and tributaries that serve as boundaries for National Wildlife Refuge's and other lands owned and/or managed by the US Fish and Wildlife Service within the states of Texas, Oklahoma, New Mexico, and Arizona. Each anticipated contract resulting from the forthcoming solicitation will be general construction and construction related requirements/projects similar, but not limited to: maintenance, alteration, repair, renovation, demolition, and installation of breakwaters and wave break systems. The majority of work will require the installation of new breakwater systems along several areas along the Texas Coast which includes aggregate, rip-rap, limestone, reinforced concrete, gravel, cast-in-place concrete, and similar systems to control erosion from strong wave action along the Gulf Inter Coastal Water Way (GIWW) and various shorelines and coastal areas. Alternate systems that utilize non-geologic, unnatural, and/or fabricated plastic, fiberglass, rubber, or similar man-made materials are not desired. Some projects may require tools and equipment that is capable of being utilized in wet or swampy coastal areas, and some areas may be remote with little or no utilities or services available. The majority of work will require delivery and placement of materials by bucket barge or similar water transportation methods that are capable of operating within shallow rivers, coastal tidal flats, waterways, bayous, swamps, canals, and tributaries. Skilled labor, transportation, and materials will be required on a task order basis. Delivery and placement of materials only may be required on a task order basis, but most frequently, skilled labor and equipment will be required to prevent damage to sensitive ecosystems and natural environments. The anticipated MATOC shall be Indefinite Delivery/Indefinite Quantity (IDIQ) task order type contracts. Each anticipated award shall run for a base period of one year, and will be inclusive of four optional extension periods of twelve (12) months each period, for a maximum contract term of up to five (5) years per awarded contract. A sample Task Order Proposal Request (TOPR) will be issued with the pending solicitation for use in determining offeror capabilites. Award of a Task Order based on the offerors response to the TOPR is not mandatory, however the Government does retain the right to award the sample task order at it's sole discretion. Further, the Government retains the right to make multiple awards based on the solicitation, or make no award at all. Individual construction projects will be executed through the issuance of future Task Orders under the terms of the awarded contracts and each Task Order shall be competed among the selected pool of MATOC awardees. When services are required, the Contracting Officer will issue a Task Order Proposal Request (TOPR) to the list of awarded MATOC Contractors. The TOPR will contain, at minimum, the following information:(1) Detailed description of services required including specifications and applicable drawings.(2) Clauses unique to the services required that are not inclusive of the awarded MATOC.(3) Performance period and work location(s).(4) Restrictions to facility access to include when work may be accomplished.(5) Applicable wage determination for the project location(s).(6) Applicable liquidated damages. (7) Response date for receipt of proposal.(8) Selection and proposal evaluation criteria. When proposals are received in response to the task order RFP, the Contracting Officer will evaluate each proposal in accordance with the selection criteria identified in the RFP. Task order award may be made on unit price, lump sum price, best-value, specified evaluation factors listed within each RFP, or a combination of these factors. Awarded task orders may vary in size ranging from $2,000.00 to approximately $500,000.00. Most task orders are anticipated to fall in the range of $2,000.00 to $250,000.00, however this amount may vary and is dependent upon the scope, location, and complexity of each requirement. Task orders issued will be firm-fixed priced, and may include options. Performance and payment bonds or alternate payment protections will be required on a task order basis. Task orders issued under each MATOC will primarily require performance of work within the State of Texas on lands managed by the US Fish and Wildlife Service near the Texas coastline of the Gulf of Mexico; however, performance of work is not solely restricted to these areas, and may include other Government owned and/or managed installations, including areas within the states of New Mexico, Arizona, and Oklahoma in addition to Texas, and may include rivers, tributaries, lakes, streams, retention ponds, canals, bayous, and similar. The North American Industry Classification Code for this Requirement is: 238990, all other specialty trade contractors with a small business size standard of $33.5M. The Product Service Code is: Z299, maintenance/repair-alteration/all other. This requirement is a 100% Total Small Business Set-Aside. Only small businesses are encouraged to submit proposals in response to the issued solicitation. A pre-proposal teleconference will be held during the open solicitation period once the full solicitation package is issued. Date, time, and call-in number with passcode will be provided within Section L of the Solicitation-once issued. Offerors are strongly encouraged to attend the pre-proposal teleconference to gain a thorough understanding of how to prepare an offer in response to the issued solicitation. When posted, the statement of work, specifications, and evaluation criteria, along with any related documents, will be available for download via the National Business Center (NBC) website at: http://ideasec.nbc.gov/j2ee/login.jsp. Vendors may utilize the quick search box to access the posted solicitation by entering the solicitation number 20181AR503. The solicitation documents will also be available via the Federal Business Opportunities website at www.fbo.gov where this announcement is posted. No paper copies of the issued solicitation will be issued. All interested parties wishing to submit proposals in response to the solicitation must be actively registered in the Central Contractor Registration (CCR) to participate. Any and all offers and /or proposals submitted by vendors that are not actively registered shall be rejected. To register, or to renew a previously existing registration, please visit the website: http://www.ccr.gov and provide the required information. For assistance, you may contact the CCR Help desk number at 888-227-2423. Offerors must also complete the On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep provided information current, accurate and complete. The electronic annual representations and certifications are effective for 12 months from the date of submission or update to ORCA, and must be renewed annually. See Numbered Note #1.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/20181AR503/listing.html)
 
Place of Performance
Address: US Fish and Wildlife Service, Region 2- Southwest, which Includes the States of Texas, Oklahoma, New Mexico, Arizona. Primary Performance will be Required Along the Gulf Intercoastal Waterway (GIWW), State of Texas.
Zip Code: Multi
 
Record
SN02034099-W 20100106/100104235118-8b08a7e080720b2bd9b1b601f8996934 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.