SOLICITATION NOTICE
Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) -Multiple Award Task Order Contract (MATOC) for Construction Services
- Notice Date
- 11/3/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- R4 Division of Contracting and General Services U.S. Fish and Wildlife Services 1875 Century Blvd. Suite 310 Atlanta GA 30345
- ZIP Code
- 30345
- Solicitation Number
- 401816R059
- Archive Date
- 11/3/2007
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fish and Wildlife Service (FWS) intends to issue a Request for Proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Construction Services, Multi-Award Task Order Contract (MATOC) for the U.S. Fish & Wildlife Service, Southeast Region (Region 4). The estimated magnitude of construction for all projects projected to be awarded will be more than $10,000,000. This is a competitive, best value, source selection that will be conducted in accordance with Federal Acquisition Regulation (FAR Part 15.3). Projects are located at U.S. Fish and Wildlife Region 4 sites such as national fish hatcheries and national wildlife refuges in the southeastern United States. The Southeast Region consists of the states of Arkansas, Louisiana, Tennessee, Kentucky, North Carolina, South Carolina, Mississippi, Alabama, Georgia, Florida, Puerto Rico, and the Virgin Islands. The MATOC will be for one base year and 4 one-year renewable options, Not to Exceed 5 years total. The intended result of this solicitation is to make multiple basic contract awards to (a minimum of 8-12) qualified construction firms for states clustered in geographic proximity to each other as will be identified in the solicitation. The basic contract type will be indefinite delivery indefinite quantity (IDIQ) with each project awarded as a firm fixed price, individual Task Order. After basic contract award each firm competing within the given project location cluster area will then be requested to submit proposals for award of an individual task order. Task Orders may vary in size but are expected to be issued for projects in the $2,000 to $2,000,000 range with most of the projects being below $2,000,000. Many of the project work sites are in remote locations where building materials and supplies are limited in quantity and variety. Opportunities to use local labor may also be limited in quantity and specialty. Site access can be difficult in remote areas. In Puerto Rico, and the Virgin Islands, access is by ship or air. Project work will primarily be renovation and repair, both interior and exterior of miscellaneous structures such as, administrative office buildings, equipment maintenance shop and storage buildings, crew quarters, bunkhouses, single family dwellings, fish hatchery facilities, to include roofing, siding, painting, electrical, construction, demolition, plumbing, fencing and gates, kiosks and other incidental structures. The North American Industry Classification System code (NAICS) for construction Sector 23, size standard, and the estimated price range is to be specified on each individual task order. A vendor must be registered (mandatory for doing business with the government) in the Central Contractor Registration (CCR) database and have completed the Online Representation and Clarifications Application (ORCA) in order to receive contracts, task orders, and payments from most Federal agencies, including the U.S. Fish and Wildlife Service. CCR and ORCA are a self-service database. Vendors register themselves and maintain their own information through the CCR Web site. In order to register or learn more about CCR, go to http://www.bpn.gov. You will need to know your Dun and Bradstreet (D&B) number; however, if you do not have this number, you can contact D&B at (800)333-0505. The tentative RFP issue date is on or about December 1, 2006 with a 45 day closing date. The RFP documents will be available electronically on the Federal Business Opportunities website. The FWS is currently using Electronic Commerce to issue solicitations and the resulting award. The RFP documents will be available at the Federal Business Opportunities website at http://www.fbo.gov under RFP Number 401816R059. Paper copies WILL NOT be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site for any updates or amendments. Please defer all questions until after the release of the solicitation. Questions should be directed by e-mail to Mr. Kevin R. Brooks, Contract Specialist (kevin_brooks@fws.gov) or Mr. Victor Bowman, Contract Specialist (victor_bowman@fws.gov).
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144854&objId=238780)
- Place of Performance
- Address: Southeast Region
- Zip Code: 30345
- Country: US
- Zip Code: 30345
- Record
- SN01175987-W 20061105/061103222739 (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 |