Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOURCES SOUGHT

Z -- Facility Maintenance and Light Construction Area #2 - Map Area #2

Notice Date
5/19/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-SS-11-0100
 
Point of Contact
Toinette P Aranda, Phone: 7195531431
 
E-Mail Address
tparanda@fs.fed.us
(tparanda@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Map Area #2 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. All offerors are advised that this requirement may be revised or canceled at any time during the sources sought, synopsis, solicitation, selection, evaluation, negotiation, and final award. The U.S. Forest Service is conducting market research to determine the method of acquisition based on the availability and adequacy of potential sources prior to issuing the solicitation. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Forest Service determination on how to compete the proposed requirement will be based on responses to this notice and is the sole discretion of the Contracting Officer. The Pike and San Isabel National Forests, Cimarron and Comanche Grasslands (PSICC) are seeking to identify the interest of small business concerns for a Facility Maintenance Services and Light Construction Indefinite Delivery/Indefinite Quantity (IDIQ) contract in Boundary Area #2, Lake, Park, Chaffee, Fremont, Custer, Huerfano, and Las Animas Counties in Colorado. See attached map. Work to be performed under the ID/IQ will be within the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction with a small business size standard of $33.5 million Contractor shall furnish all labor, personnel, supervision, materials, supplies, tools, equipment, transportation, and incidentals to perform work identified in individual Task Orders. Types of maintenance or construction services include, but are not limited to, work on buildings and other structures; electrical systems; thermal and moisture protection; finishes; specialty items; equipment; furnishings; heating, ventilating, and air conditioning systems; fencing; water distribution systems; wells; wastewater treatment systems; chlorinators; sprinkler systems; and toilets. Additional services include masonry; locksmith; plaster and drywall; finish and rough carpentry; painting; signs; plumbing and pipefitting; electrical (interior and exterior); sheet metal work and welding. Materials needed to complete the work shall be added to the various pay items during Task Order negotiations. Drawings and/or specifications are intended to depict the work to be done under a Task Order and will serve as the basis for negotiating a Task Order. Adjustments to pricing, if warranted by differing conditions, will be negotiated at the time of the Task Order issuance. The types of buildings work will be performed include residential; office or administrative buildings; training facilities; bunk houses; storage buildings such as a garages or warehouses; and recreational structures such as trail bridges, boardwalks, fishing piers, picnic structures and utility buildings. Buildings may be in use during the repair or reconstruction. A significant portion of work covered by this contract could involve repair or renovation of historic facilities, whereby the historic character and architectural appearance of these buildings shall be maintained and preserved. The age of buildings covered under this contract range from historic to new structures. Price Range: Government shall place orders totaling a cumulative minimum of $10,000 per base year but not in excess of $100,000 for the first year of this contract. The optional second and third year of this contract, the Government may place orders up to $150,000 per year for a total aggregate contract amount not to exceed $400,000. The Government intends to evaluate offers and select the awardee utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3). A single award is anticipated. Responses to this notice are limited to two (2) pages, single sided, size 12 font. Submit the following information to the Contract POC (listed below) via e-mail (preferred) or fax. No phone calls expressing interest will be accepted. 1) Reference Sources Sought Number 2) Company Name Point of Contact information to include name, email address, telephone and fax numbers; 3) DUNS Number 4) The socioeconomic status of the company, i.e., small business concern, 8(a) business, HUB Zone small business, large, or small. 5) A written narrative of contractors' capability to provide the requirements listed above. 6) Interest as a prime contractor, teaming partner, joint venture and how much of the work will be performed by your own workforce (i.e. 15, 25, 50%), and indicate Contract POC: Toinette P. Aranda (Toni), email tparanda@fs.fed.us or fax 719-553-1435. It is preferred that all questions be addressed in writing, via email. If faxing the please telephone to ensure that the fax has been received at 719-553-1431. It is not enough to merely register as an interested vendor on this website for this procurement. You must respond to this notice. Release of a solicitation for this requirement is anticipated 27 June2011. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation will be made available only on the Federal Business Opportunities (FBO) web site at http://www.fbo.gov at that time. Interested offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Interested offerors MUST monitor and or register at http://www.fbo.gov in order to receive notification and/or changes to the solicitation. A formal bidder's mailing list will not be kept, however, companies may indicate their interest for all to see in this solicitation by registering under the "Interested Vendor's List" on the FBO website. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. All contractors MUST be registered in the Central Contractor Registration database prior to award. Interested offerors can obtain further information on the CCR website at http://www.ccr.gov. The solicitation will also contain a requirement that the potential offeror will have completed their Offeror Representation and Certifications. Interested offerors can obtain further information on the ORCA website at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-SS-11-0100/listing.html)
 
Place of Performance
Address: Boundary Area #2, Lake, Park, Chaffee, Fremont, Custer, Huerfano, and Las Animas Counties in Colorado. See attached map., United States
 
Record
SN02452236-W 20110521/110519234616-bbb50a40708afa16d4b31cc20f1dbe67 (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.