Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2011 FBO #3372
SOLICITATION NOTICE

R -- Pre-solicitation Notice for Interpretive Panels and Exhibits, United States Fish and Wildlife Service, in accordance with the Federal Acquisition Regulation Subpart 5.3. TOTAL SMALL BUSINESS SET ASIDE; NAICS 541490, SIZE STD $7 Million.

Notice Date
2/15/2011
 
Notice Type
Presolicitation
 
Contracting Office
US Fish and Wildlife Service, CGS Contracting and General Services134 Union Blvd Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
F11PS00055
 
Response Due
4/1/2011
 
Archive Date
2/15/2012
 
Point of Contact
Jacqueline Carter Contracting Officer 3032364772 ;
 
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 U.S. Fish and Wildlife Service (USFWS) Contracting and General Services Office in Denver, Colorado have a service requirement for Interpretive Panels and Exhibit Services for approximately 115 field stations and the Regional Office in the Mountain-Prairie Region (Region 6) of the U.S. Fish and Wildlife Service. The Mountain-Prairie Region encompasses the states of Colorado, Kansas, Nebraska, Utah, Wyoming, Montana, North Dakota, and South Dakota. Interpretive panels and exhibits are used to interpret information about Service lands, facilities, management programs, plants, wildlife, and associated habitats. In terms of accessibility, all interpretive panels and exhibits produced for this contract will follow the Principles of Universal Design. Universal Design is the design of products and environments to be useable by all people, to the greatest extent possible, without adaptation or specialized design. The Contractor shall furnish all labor, transportation, equipment, services, facilities and materials needed to properly design, fabricate, and install interpretive panels and exhibits. The place of performance is unknown. Only Colorado has been identified as a place of performance. The wage determination and related counties will be attached to the Solicitation. HOWEVER, the contracting officer will obtain wage determinations for additional possible places of performance if asked to do so in writing. (Reference the Solicitation Federal Acquisition Regulation Clause 52.222-49, Service Contract Act - Place of Performance Unknown and Sections L, Instructions, Conditions and Notices to Offeror, and M, Evaluation Factors). The offeror must request additional place of performance no later than 11 working days after the date in block 5, Date Issued, of the resultant Solicitation. All products produced under the resultant award and issued delivery order must be FOB Destination. The anticipated award date is 30 June 2011 with a performance period of 1 July 2011 - 30 June 2012, for the base year, and 4 optional years. The anticipated contract award type is a multiple award, Indefinite Delivery; Indefinite Quantity (IDIQ). Solicitation no. F11PS00055 to include all attachments should be made available within 15-30 days after the issued date of this Pre-solicitation Notice and will only be available electronically through a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at www.fedbizopps.gov or www.nbc.gov. The solicitation response date and time is 1 April 2011; 2:00 PM MT. However, if the solicitation response date and time changes, it will be issued as an amendment to the solicitation. Once the solicitation is issued, interested parties are advised to check, www.fedbizopps.gov or www.nbc.gov, often for amendments. No further notice will be posted on FedBizOpps. For assistance in downloading information from the National Business Center, please contact their helpdesk at (703) 390-6707. Interested contractors must be registered in the Central Contractor Registration www.ccr.gov (CCR) and complete Online Representations and Certifications (ORCA) www.bpn.gov. The USFWS point of contact for this requirement is Jacqueline Carter, Contracting Officer at 303-236-4772 or email jacqueline_e_carter@fws.gov. This solicitation will be 100% set-aside for small businesses. Quotes will only be accepted by qualified and responsible contractors in accordance with the solicitation and Federal Acquisition Regulation Part 9. The associated North American Industry Classification System Code (NAICS) code for this acquisition is 541490, Other Specialized Design Services, small business size standard is $7,000,000 ($7 Million) and Product Service Code (PSC) is R121, Non-Building, Conservation and Dev.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00055/listing.html)
 
Place of Performance
Address: Service Support Areas Include: Colorado, Kansas, Nebraska, Utah, Wyoming, Montana, North Dakota, and South Dakota
Zip Code: 80228
 
Record
SN02380202-W 20110217/110215234240-890963b6b2665ae4d264a17563abcdaa (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.