Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2004 FBO #0857
SOLICITATION NOTICE

Z -- Base with 4 Option Years, Multiple Award IDIQs for Alteration/Repair/Rehab/Demo/Design of/New Non-Complex Construction using Commercial Item FAR 13.5-Test Program for Certain Commercial Items in conjunction with construction clauses

Notice Date
3/30/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Ave Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101814R011
 
Response Due
4/30/2004
 
Archive Date
3/30/2005
 
Point of Contact
Kathy Haluschak Contracting Officer 5032316117 ;
 
E-Mail Address
Email your questions to 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 HUB-Zone
 
Description
This project is an Indefinite Delivery/Indefinite Quantity (IDIQ) for Alteration/Repair/ Rehab/Demolition/Includes Design/New Non-Complex Construction (such as but not limited to a garage, driveway, porch, metal equipment or storage building, foot bridge) using Commercial Item Far 13.5 - Test Program for Certain Commercial Items and in conjunction with construction clauses. The area of coverage is all of Region 1 of the US Fish and Wildlife Service (HI, WA, OR, CA, ID, and NV). Other Federal Agencies will have full authorization to utilize these IDIQ's. These contracts are for the execution of a broad range of maintenance, repair, rehabilitation, demolition, and minor construction (non-complex) and design. Work to be performed under the IDIQ's will be within the North American Industry Classification System (NAICS) codes as follows: Sectors 236 and 237 Non-Complex New Construction ($28.5 Million) (i.e. but not limited to, garages, driveways, porches, fencing, etc.), Sub sector 238 Specialty Trade Contractors , Size standard $12 Million and as required Architectural Services (NAICS 541310), Landscape Architect (NAICS 541320), and Engineering Services (NAICS 541330). Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 35% up to 100% level of effort), renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Description of the work will be identified in each individual task order. Individual task orders may range between estimated $2,000 - $1 Million. New Non-Complex Construction items are also authorized but are limited to $100,000 Simplified Acquisition Threshold) per delivery order. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Total contract amount (including options) will be $5 Million. The government may award as many as 24 contracts but through evaluation may elect to only award as few as 3 contracts. The government will evaluate offers and select the awardees utilizing the best value procedures described in the Federal Acquisition Regulation (FAR Part 13.106). In using this best value approach, the government seeks to award to those offerors who give the greatest confidence they will best meet our requirements affordably. All successful awardees are guaranteed a minimum of $5,000 for the full performance period. The government will compete future individual requirements among the awardees. Offerors are encouraged to scrutinize the solicitation carefully when posted for more information. This acquisition is a 100% HUBZone and (8) Minority Small Business set-aside. If your firm is HUBZone and/or 8(a) certified and intend to propose on this acquisition, you must provide the following information: (a) SBA Certification of HUBZone and/or 8(a) eligibility; (b) a positive statement of your intention to bid on this contract as a prime contractor; (c) evidence of recent (within three (3) years), relevant (multiple trade, multiple task order) experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers and a statement as to why the project is relevant, and; (d) availability of bonding (per individual order and total bond capability). The solicitation is expected to be issued on or around 29 March 04. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation, including the specifications, will be made available only on the Electronic Posting System (EPS) Web Site at http://www.eps.gov, and http://ideasec.nbc.gov/ecprod/owa. Potential offerors are responsible for monitoring these sites for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at www.eps.gov./ and http://ideasec.nbc.gov/ecprod/owa in order to receive notification and/or changes to the solicitation. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) at web site http://www.ccr.gov. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any quote/proposal preparation costs.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144851&P_OBJ_ID1=125586)
 
Place of Performance
Address: Region 1 of the US Fish and Wildlife Service, WA, OR, CA, NV, ID, HI, open to all federal agencies for use
Zip Code: 97232
Country: US
 
Record
SN00556812-W 20040401/040330212504 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.