Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

Y -- Indefinite Delivery, Indefinite Quantity, type contract(s) for projects in Arkansas in support of NRCS programs.

Notice Date
1/20/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Agriculture, Natural Resources Conservation Service, Arkansas State Office, Federal Building, Room 3416, 700 West Capitol Avenue, Little Rock, Arkansas, 72201-3228
 
ZIP Code
72201-3228
 
Solicitation Number
AG-7103-S-09-0003
 
Archive Date
4/7/2009
 
Point of Contact
Janet I. Holmes,, Phone: 501-301-3130, Claudette Barbee,, Phone: 501-301-3145
 
E-Mail Address
janet.holmes@ar.usda.gov, claudette.barbee@ar.usda.gov
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
Up to four (4) indefinite delivery, indefinite quantity (IDIQ) contracts will be awarded in support of Natural Resources Conservation Service (NRCS) programs in Arkansas. Individual projects located within the Arkansas state boundaries will be competed as competitive negotiations among the awarded contractors. The contracts will primarily be used for the Wetland Reserve Program (WRP). WRP restoration projects generally include hydrology and vegetative restoration. Examples of projects include construction of earthen dikes or levees, water control structures, rock riprap water control structures, earthwork activities to construct micro-topographical features, tree planting site preparation and tree planting, seed bed preparation and planting of native grasses. CONTRACT INFORMATION: The contracts will be awarded for the base period of one year, with four one year renewal options. The government reserves the right to exercise the renewal option(s) prior to the one year period if contract capacity is required. The not-to-exceed program value (all contracts combined) is $2,500,000. The guaranteed minimum amount for the program is $5,000 for the base period and each renewal option period, if exercised. If no awards are made within the contract period, the guaranteed minimum will be divided equally among the awarded contractors. Orders under this program will be competed among the awarded contractors and contractor selection will be based on (1) price, (2) performance on task orders awarded under this program, and (3) contractor capacity. The awarded contractor(s) shall not be required to submit an offer or perform work on any single task order less than $5,000. The maximum order amount for each contract period is $500,000. Orders greater than $30,000, but not greater than $100,000 shall require a payment bond. Orders exceeding $100,000 shall require a performance and a payment bond. This procurement is set-aside for up to three awards to a HUB-Zone small business firm(s) and up to one award to a service disabled, veteran owned small business firm. SELECTION CRITERIA: Contract selection will be based on the following factors, listed in descending order of importance: (1) Past Performance (projects of similar size and scope), (2) Experience (projects of similar size and scope), (3) Capacity to Complete Work (availability of equipment and qualified manpower, including subcontractors), (4) Quality Control, (5) Safety Plan. All evaluation factors other than cost or price are approximately equal to cost or price. Offerors will be required to provide pricing for a sample project that will be included in the solicitation package. The Government reserves the right to make award(s) without negotiation, based on initial offers. CONTRACTOR REQUIREMENTS: Successful offerors must be registered in the Central Contractor Registration (CCR), http://www.ccr.gov, and must have completed the Online Representations and Certifications (ORCA) to receive a contract award. Failure to register in these systems will result in the offer not being considered for award. The solicitation will be posted to FedBizOpps on or about February 19, 2009, with offers received on March 23, 2009, or as stated in the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e6c8d08cd14837039cdd7489f11899b&tab=core&_cview=1)
 
Place of Performance
Address: Within the boundaries of the State of Arkansas, Arkansas, 72201, United States
Zip Code: 72201
 
Record
SN01734872-W 20090122/090121063050-9e6c8d08cd14837039cdd7489f11899b (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.