SOLICITATION NOTICE
Y -- Shoshone NF - NZ Facilities Maintenance IDIQ - Solicitation Package
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238350
— Finish Carpentry Contractors
- 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-S-11-0196
- Archive Date
- 10/7/2011
- Point of Contact
- David H. Johnson, Phone: 307-578-5148
- E-Mail Address
-
davidhjohnson@fs.fed.us
(davidhjohnson@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Package C-1 Scope of Contract The purpose of this contract is to perform facilities repair and construction work at various locations on the Shoshone National Forests (see enclosed maps). The intent of this solicitation is to award a minimum of one contract covering all three Districts of the North Zone Shoshone National Forests. Two optional renewal years are planned. The vast majority of work will be located at offices, work centers, and housing units. Some work may be performed at recreation facilities as well, such as campgrounds, picnic grounds and visitor centers. A significant portion of work covered by this contract(s) could involve renovation of historic facilities, whereby the historic character and architectural appearance of these buildings shall be maintained or restored. This IDIQ (Indefinite Delivery, Indefinite Quantity) contract will allow the government to respond to various light construction and maintenance needs rapidly, without committing to a specific quantity or type of work. When a project is initiated, a task order will be issued to the contractor ordering the special project needs, dates and specific project location. The description of work below outlines in a general sense the various types of work that will be included in this IDIQ Contract. Description of Work Types of work may include, but are not limited to, carpentry (rough and finish), roofing, siding, masonry, plumbing, window replacement, minor electrical and HVAC work, flooring, and other similar work. As conditions dictate, a given Task Order issued under this resultant IDIQ contract my include End Result, hourly, or a combination of the two. End Result Pay Items shall include all materials, labor, transportation, etc., to complete the work. The specifications and (as applicable) drawings are intended to depict the most common anticipated types and units of work, and will serve as the basis for establishing unit bid pricing. Adjustments to pricing, if warranted by differing conditions, will be negotiated at the time of task order issuance. When evaluating proposals strong consideration will be given to the amount of experience a contractor has in fields such as carpentry, roofing, plumbing, and historic renovation. Work on Historic facilities will be in the context of: 1. Preservation: focuses on the maintenance and repair of existing historic materials and retention of a property's form as it has evolved over time, including protection and stabilization. 2. Rehabilitation: focuses on the need to alter or add to a historic property to meet continuing or changing uses while retaining the property's historic character. C-2 Project Location • Greybull District - Park County, Wyoming. • Wapiti District - Park County, Wyoming. • Clarks Fork District - Park County, Wyoming. C-3 Price Range During the period specified in FAR Clause 52.216-18, ORDERING, the Government shall place orders totaling a cumulative minimum of $10,000 but not in excess of $250,000 for this contract. C-4 Start Work The start work dates will be negotiated for each Task Order. C-5 Period of Performance C-6 Government-Furnished Property Any property or supplies furnished by the Government will be identified on the Task Order. Contractor is responsible for protection of property provided in accordance with FAR 52.245-1. C-7 Technical Specifications General CSI specifications for all End Result type work listed in the Schedule of Items are included in this original solicitation; however, more specific specifications may be included with each individual task order as they are issued. Contractor shall provide overall management of work and be responsible for timely delivery, compliance with specifications, quality control of the project, and workplace safety. All work shall conform to current ICC Codes. The Contractor shall use qualified employees to perform maintenance on all electrical, plumbing and HVAC systems. Maintenance in this regard is defined as the repair or replacement of in-kind materials within existing mechanical and electrical systems (e.g., replacing a light switch or fixture). • In-kind materials are those that have the exact function, performance, and efficiency of the component being replaced. An exact match of physical size and color is not required unless it constitutes a significant cosmetic issue. For work considered more complex than general maintenance, such as new mechanical or electrical installations, replacing entire systems, installation or modification of life-safety systems, the Contractor or his/her subcontractor shall be licensed in the specific trade(s) under consideration in a given task order. The COR will determine what portions of work fall under the licensure requirement at time of task order issuance. C-8 Drawings If drawings are needed, they will be provided as each task order is issued. C-9 Task Orders Services under this contract will be provided on a task order basis. Task orders will normally be issued unilaterally. Prior to issuance of the task order, the Contracting Officer will issue a scope of work, schedule, additional specifications, maps, and any pertinent information regarding services needed. C-10 Bonding If required by the scope/amount of the task order, the Contractor shall provide any bonding or alternative payment protection within 10 days of award of any task order. The Notice to Proceed with the work shall not be issued until required bonging is received and accepted by the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-11-0196/listing.html)
- Place of Performance
- Address: C-2Project Location, •Greybull District – Park County, Wyoming., •Wapiti District – Park County, Wyoming., •Clarks Fork District – Park County, Wyoming., Cody, Wyoming, 82414, United States
- Zip Code: 82414
- Zip Code: 82414
- Record
- SN02544738-W 20110824/110822235908-80e56180ab078df11aaae5352d1fb79e (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 |