SOLICITATION NOTICE
Z -- Base with 4 Option Years, Multiple Award IDIQs for Alteration/Repair/Rehab/Demo/Design of/New Non-Complex Construction using Commercial Item FAR 13.5-Test program for Certain Commercial Items in conjunction with construction clauses.
- Notice Date
- 11/14/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- 101819R101
- Response Due
- 1/15/2009
- Archive Date
- 11/14/2009
- Point of Contact
- Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- This project is an Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Alteration/Repair/Rehab/Demolition/Includes Design/New Non-Complex Construction (such as but not limited to a garage, driveways, porch, metal equipment or storage building, foot bridge) using Commercial Item, FAR 13.5 - Test Program for Certain Commercial Items 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 Federal Agencies shall not be allowed to utilize these IDIQ's. These contracts are for the execution of a broad range of maintenance/repair, rehabilitation, demolition/new construction, and minor construction (non-complex) and design. Work to be performed under the IDIQ's will be within the North American Industry Classification System (NAICS) codes as follows: Subsector 236 - Construction of Buildings; Subsector 237 - Heavy and Civil Engineering Construction (size standards $31.0 million, Non-Complex New Construction (i.e., but not limited to garages, driveways, porches, fencing, etc.); Subsector 238 - Specialty Trade Contractors (size standards $13.0 million); and as required Architectural Services (NAICS code 541310 - size standard $4.5 million), Landscape Architectural Services (NAICS code 541320 - $6.5 million), and Engineering Services (NAICS code 541330 - $4.5 million). Contractors shall be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 35% up to 100% level of effort), renovation, 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 each individual task order. Individual task orders may range between estimated $2,000 - $1 Million. New Non-Complex Construction items are also authorized but are limited to $100,000 Simplified Acquisition Threshold) per task order. Each IDIQ contract awarded will contain a basic 12-month period and four 12-month option periods (exercised at the discretion of the federal government). Each IDIQ contract total amount (including options) shall not exceed $5 Million. The government may award as many as 24 IDIQ contracts, but through evaluation may elect to only award as few as 3 IDIQ contracts. The government shall evaluate offers and select the awardees utilizing the best value procedures described in the Federal Acquisition Regulation (FAR 13.106) In using this best value approach, the government seeks to award to those offers who give the greatest confidence they will best meet our objectives and requirements. Evaluation criteria for this best value procurement shall include capability (technical and past performance), and price. For purposes of this solicitation, capability is considered essentially equal in importance to price. All successful IDIQ contract awardees shall be guaranteed a minimum of $5,000 for the full IDIQ contract performance period. The federal government shall compete future task order requirements among the IDIQ contract awardees. In accordance with Small Business Competitiveness Demonstration Program under 19.10 of the Federal Acquisition Regulation, acquisition is unrestricted (open to large and small businesses). Solicitation is expected to be issued on or about December 1, 2008 and response date will be approximately January 15, 2009, as cited on the solicitation package. 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: 101819R101 may be viewed thru a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at https://www.fbo.gov/ or "http://www.nbc.gov". No further notice shall 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 Central Contractor Registration (CCR) and complete Online Representations and Certifications (ORCA) at "http://www.bpn.gov". Technical point of contact questions may be directed to Brad Senatra. Technical questions may be directed to Brad Senatra at (503) 231-2089. Contracting questions may be directed to Karl Lautzenheiser at (503) 231-2052. 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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8760badcfeb9f04c8613e4b5e27e1514&tab=core&_cview=1)
- Place of Performance
- Address: Regions 1 and 8 of the US Fish and Wildlife Service, WA, OR, CA, NV, ID and HI<br />
- Zip Code: 972324181<br />
- Zip Code: 972324181<br />
- Record
- SN01704782-W 20081116/081114215503-8760badcfeb9f04c8613e4b5e27e1514 (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 |