Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
MODIFICATION

Z -- Indefinite Delivery Indefinite Quantity(IDIQ), Multiple Award Task Order COntract (MATOC) for construction projects in the state of North Dakota

Notice Date
2/9/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
F11PS00113
 
Response Due
3/24/2011
 
Archive Date
2/9/2012
 
Point of Contact
Thomas W Griffin Contract Specialist 3032364326 ;
 
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
Competitive 8(a)
 
Description
***NOTE - this modicification to a previous posted synopsis is to correct the number used for that synopsis. All other information is correct. The number should have been F11PS00113 instead of F11PS00113B.*** This solicitation announcement is being issued pursuant to FAR Part 15. The North American Industry Classification System (NAICS) code 236220, with a size standard of $33.5M. The proposed contract is 100% set-aside for small business participation. Proposals/Offers from other than a small business concern will not be considered. This solicitation announcement is for an Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for construction projects that will entail various disciplines. Design/Build services may be included. Significant sub-contracting opportunities can be expected to include a variety of trades/disciplines to include but not limited to: roofing, electrical, plumbing, carpentry, roadwork, painting, masonry, fencing, well work and water control. These contracts will cover all Fish and Wildlife Service's assets in the state of North Dakota. Contract performance period will be a one-year base period plus four one-year option periods. The total performance period will be 60 months if all options are exercised. The goal is to award between 4 and 6 multiple-year IDIQ Task Order contracts for construction services to include design/build services for the National Wildlife Refugees, National Fish Hatcheries and/or Wetland Management Districts located in the state of North Dakota. The minimum guarantee is $25,000.00 per contract over the life of each contract. Task Order minimum and maximum limits are $2,000.00 and $10,000,000.00 respectively.The "estimated" maximum (non-guaranteed) dollar value for each contract is $20,000,000.00 over five-years. Task Orders could range in magnitude from $2,000.00 up to $10,000,000.00 per job.Typical Task Orders will consist of providing all plant, labor, tools, parts, materials, equipment, transportation and incidentals necessary to provide renovations-alterations, or new construction with emphasis on a broad range of maintenance, repair, dismantling, demolition, or removal of improvements and construction work involving real property. Design/Build services may be included. This solicitation is a 100% Small Business Set-Aside utilizing "best value" competitive procedures.Proposals are being solicited by the U.S. Fish and Wildlife Service (USFWS) Contracting and General Services Division, Region 6. The basis for award will be the "best value" to the Government, taking into consideration the following: Past Performance, Company Capabilities, Technical Approach to the Sample Project and Price. This sample project will be used to evaluate the price proposal and portions of the technical proposal. Past Performance and Technical Factors when combined will be significantly more important than cost or price. The Government may accept other than the lowest priced proposal.It is anticipated that the solicitation will be available on or about 01 Feb 2011. A pre-proposal conference and site visit will be held with the specific information being specified in the solicitation. Interested contractors are encouraged to attend but will not be required. The closing date will be scheduled for approximately 45 days after the issuance of the solicitation. All information, amendments, and questions concerning the solicitation will be posted on this website (www.fbo.gov) under the solicitation number F11PS00113. No items will be mailed or emailed and telephone requests will not be honored. All interested parties MUST be registered in the Central Contractor Registration (CCR) database in order to be considered for an award. CCR registration can be completed at www.ccr.gov. Also, the Online Representations and Certifications must be completed on the ORCA website at https://orca.bpn.gov/ The USFWS point of contact for this requirement is Tom Griffin. Send any inquiries to tom_griffin@fws.gov. Please do not contact the Government prior to seeing and reviewing the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00113/listing.html)
 
Place of Performance
Address: Region 6 US Fish and Wildlife Service's assets in the State of North Dakota
Zip Code: 802281807
 
Record
SN02376189-W 20110211/110209234210-381ea3b4342942a230ed9e70437f6c7d (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  © 1994-2020, Loren Data Corp.