SOLICITATION NOTICE
Z -- Multiple Award Task Order Construction Contract
- Notice Date
- 1/18/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- US Fish and Wildlife Service, CGS PO Box 25486, MS 60181 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- 601818R700
- Archive Date
- 1/17/2009
- Point of Contact
- Derek C Reed Contracting Officer 3032364329 derek_reed@fws.gov;
- 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
- 8a Competitive
- Description
- Solicitation: 601818R700. Proposals are being solicited by the U.S. Fish and Wildlife Service, Contracting and General Services Division, Region 6, from qualified and eligible 8(a) firms capable of performing a wide variety of construction and project management services for North Dakota and Montana only. This solicitation announcement is issued pursuant to FAR Parts 5, 15 and 19. Solicitation 601818R700 is set-aside as a competitive 8(a) set-aside restricted to firms currently residing in each state. Only qualified and eligible 8(a) firms located in North Dakota may submit a response to this announcement which may be considered by this agency for possible contract award in North Dakota, and only qualified and eligible 8(a) firms located in Montana may submit a response to this announcement which may be considered by this agency for possible contract award in Montana. It is the Government's intention to make multiple contract awards in each state based on this announcement and subsequent Request for Proposal. The minimum guarantee for each contract awarded will be $25,000 per contract for the entire life of the contract. The "estimated" (non-guaranteed) maximum dollar amount for North Dakota and Montana is $2,000,000 per year for five years. The successful offeror(s) must be able to provide payment and performance bonds for each individual task order issued in excess of $2,000.00. Individual task orders will range from $2,000 to $1M. This amount is for both North Dakota and Montana. Typical projects will consist of providing all plant, labor, tools, parts, materials, equipment, transportation and incidentals necessary to perform alterations of real property, design-build and also design and build of new construction (turn-key) and renovation projects with emphasis on minor repairs, carpentry, new and refurbishing of roads, parking lot repairs, demolition of real property, roofing, excavation, interior and exterior electrical, mechanical systems installation and/or repairs, painting, concrete masonry work, fencing, duct work, etc? Work will be performed at all of the major U.S. Fish and Wildlife National Wildlife Refuges, National Fish Hatcheries and Wetland Management Districts located throughout North Dakota and Montana. North Dakota and Montana are both located in Region 6 of the U.S. Fish and Wildlife Service. Region 6 is known as the Mountain Prairie Region and consists of North and South Dakota, Kansas, Wyoming, Utah, Nebraska, Colorado and Montana. This Indefinite Delivery Indefinite Quantity (IDIQ) contract will be designed to respond to ongoing and reoccurring needs of this agency for a multitude of both large and small dollar projects. This IDIQ contract will consist of one base year consisting of twelve months, plus four one year option periods. Each option year will also consist of twelve months. The basis of award will be best value to the Government, taking into consideration technical approach, experience and past performance. Technical, Past Performance and Experience are all considered equal in importance, but will be significantly more important as to price. Interested parties will be able to access a copy of the RFP once posted. Please reference solicitation number 601818R700 when registering for notification on FEDBIZOPPS. The North American Industry Classification System is 236220 and small business size standard is $31M. Written inquiries regarding subject announcement can be emailed to the Contracting Officer, Mr. Obeid J. Shaikh at obeid_shaikh@fws.gov All questions regarding subject announcement and/or the resultant solicitation shall be put in writing and directed to Mr. Shaikh. The solicitation specifications, RFP, and other solicitation documents are expected to be posted/issued to FEDBIZOPPS on/about February 1, 2008. Additional information: a) Contractors will not be reimbursed for the costs of submitting the required documentation and preparing a proposal. b) Address for submission of proposals in sealed envelope: U.S. Fish & Wildlife Service/CGS - Mailstop 60181/Attn: Contracting Specialist, Mr. Greg Moore, P.O. Box 25486 DFC/Denver, Colorado 80225. Effective October 1, 2003, all contractors must be registered in Central Contractor Registration (CCR) as an active vendor in order to be eligible for an award and to receive payments against an existing award. Please ensure your firm is registered. The website URL is: www.ccr.gov. Online representations and certifications application (ORCA) information. Prospective offerors shall complete electronic annual representations and certifications at https://orca.bpn.gov. In conjunction with the required registration in the central contract registration database. All responsible sources may submit a response to this announcement which shall be considered by this agency.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144856&objId=179930)
- Place of Performance
- Address: North Dakota and Montana
- Zip Code: 802250486
- Country: USA
- Zip Code: 802250486
- Record
- SN01488795-W 20080120/080118224635 (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 |