SOLICITATION NOTICE
Y -- Habitat Restoration
- Notice Date
- 12/19/2012
- Notice Type
- Presolicitation
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181
- ZIP Code
- 97232-4181
- Solicitation Number
- F13PS00077
- Point of Contact
- Cindy Salazar
- E-Mail Address
-
cindy_salazar@fws.gov
(cindy_salazar@fws.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a Base with 4 Option Years, Multiple Award IDIQs for Design and Construction of U.S. Fish & Wildlife Service infrastructure projects in Region 1 & Region 8 (Oregon, Washington, Idaho, California, Nevada, Hawaii & other Pacific Islands). DESCRIPTION This project is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Design and Construction (such as but not limited to altering, repairing, adding to, subtracting from, improving, restoring, moving, wrecking or demolishing any building, highway, road, excavation, or other structure, project, or improvement attached to real estate and other professional services, i.e. GIS) and in conjunction with construction clauses. The area of coverage is all of Region 1 and Region 8 of the U.S. Fish and Wildlife Service (HI, WA, OR, ID, CA and NV). Other Agencies will be allowed to utilize these IDIQs. These contracts are for the execution of a broad range of maintenance, repair, rehabilitation, demolition, and minor construction (non-complex) and design. Work to be performed under the IDIQs will be within the North American Industry Classification System (NAICS) codes as follows: Sectors 236 and 237. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 15% up to 100% level of effort), renovation, and additions/upgrades, along with specific work in heating/ventilation/air conditioning, electrical, mechanical and other major trades. Description of the work will be identified in the statement of work for each individual task order. Other additional expectations could include land cover GIS database development, assessing the physical and biological environment of ecosystems, hydrologic surveys and evaluations, measurement, analysis and interpretation of sediment movement within a watershed, biological monitoring, studies and statistical analysis, produce re-vegetation plans that are comprehensive and easy to implement, incorporate landscape ecological principles into planning of restoration design and management, topographic survey and analysis, geomorphic assessment, hydrologic studies, and assessment, assist the Fish and Wildlife Service with compliance with local, State, and Federal environment and planning regulations. Description of the work will be identified in the statement of work for each individual task order. The minimum guarantee for this contract is $3,000. The minimum guarantee amount will be applicable to the base period only. Funds will be obligated with the issuance of task orders. There is no minimum-dollar task order limitation. The maximum combination of orders is $10,000,000 over the life of the contract. Task orders issues as a result of this contract will be firm fixed price. The government may elect to award multiple contracts to two or more sources under this solicitation. All successful awardees are guaranteed a minimum of $3,000 for the full performance period. The government will complete future requirements among the awardees. Offerors are encouraged to scrutinize the solicitation carefully when posted for more information. Davis Bacon and Service Contract Wage Determination may be applicable depending on project and will be reflected on the individual task order. Potential offerors are responsible for monitoring the release of the solicitation package and other pertinent information and for downloading their own copy of the solicitation package. Solicitation number: F13PS00077 may be viewed thru a link to FedConnect (https://www.fedconnect.net/FedConnect/Default.htm) or FeBizOpps (https://www.fbo.gov/). The solicitation response date will be approximately February 20, 2013. No further notice will be posted on Fedbizopps. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6633. Interested contractors must be registered in the SAMs System (https://www.sam.gov/) and covers CCR, ORCA and EPLS. The technical point of contact is Mari Jilbert. Technical questions may be directed to Mari Jilbert at (503) 231-6144. Contracting questions may be directed to Cindy Salazar at (503) 872-2832. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any quote/proposal preparation costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F13PS00077/listing.html)
- Record
- SN02951902-W 20121221/121219234436-912b6a7f1ab0e64c439a8682a68066ff (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 |