Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2010 FBO #2969
MODIFICATION

Y -- MULTIPLE AWARDS TASK ORDER CONSTRUCTION CONTRACTS (MATOC) FOR NATIONAL FORESTS AND GRASSLANDS IN TEXAS

Notice Date
1/8/2010
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R8/R9 Western Operations Center-AQM, 100 W Capitol ST, STE 1141, Jackson, Mississippi, 39269
 
ZIP Code
39269
 
Solicitation Number
AG-447U-S-10-0008NM
 
Point of Contact
Nancy R. Munroe, , Sheila M Thomas,
 
E-Mail Address
nmunroe@fs.fed.us, smthomas@fs.fed.us
(nmunroe@fs.fed.us, smthomas@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The Western Operations Center, Acquisition Management Branch, US Forest Service, is anticipating issuing as Unrestricted, a Request for Proposal for Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for construction and limited two -step design-build services at multiple locations for the National Forests and Grasslands in Texas. Contractors that receive awards will be eligible to compete for individual construction projects based on the dollar value, location and type of construction (i.e., facilities, roads, bridges). The contract will be for a base (2 years) plus three one-year option periods, not to exceed 5 (five) years. Range of task orders issued will be $2,000 to $2,000,000. Maximum dollar value per contract will be $5,000,000. Typical work includes, but is not limited to: interior and exterior renovations, bridges, demolition, limited utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, roads/grounds maintenance, storm drainage, and construction of new facilities, limited design-build and other related work. All will be in accordance with individual task order requirements, specifications and drawings provided with each project or master specifications. The North American Industry Classification System (NAICS) codes are under 236 and 237. The small business size standard is generally $33.5 million average annual revenue for the previous three years. The selection process will be conducted in accordance with FAR Part 15.3 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation. Technical and past performance, when combined, are significantly more important than price. A price proposal(s) will be required based on a prototypical project(s) per category for facilities, roads, and bridges. Interested offerors must be registered in the Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. The solicitation documents will be posted o/a January 19, 2010. A Pre-Proposal Conference will be conducted at the Supervisor's Office in Lufkin, Texas on February 11, 2010 at 10:00 a.m.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/447U/AG-447U-S-10-0008NM/listing.html)
 
Record
SN02037931-W 20100110/100108234713-1296c872c9d23e1466ff1505d8940350 (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.