SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for construction services, design-build services, construction inspection services with emphasis on greening and energy efficiency related but not limited to visitor centers, dams, roads.
- Notice Date
- 2/9/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management - R9 U.S. Fish & Wildlife Service4401 N. Fairfax Drive Suite 7118-43 Arlington VA 22203
- ZIP Code
- 22203
- Solicitation Number
- 982109R204
- Response Due
- 3/30/2009
- Archive Date
- 2/9/2010
- Point of Contact
- Alina Sadoveanu Contractor 7033582172 alina_sadoveanu@fws.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- This posting serves as both synopsis and Request for Information (RFI) for a Multiple Award Task Order Contract (MATOC) for a wide array of construction services, design-build services, construction inspection services, all with emphasis on greening and energy efficiency related but not limited to visitor centers, dams, roads, bridges, wildlife habitat and wastewater structures. The U. S. Fish and Wildlife Service (Service), located in Arlington, VA will administer this acquisition. MATOC is an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for construction services with multiple awardees. Actual work is awarded through the issuance of firm fixed price task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The Government anticipates award of at least five IDIQ contracts under the MATOC to experienced sources capable of performing a wide range of construction projects.The MATOC will be divided and separately evaluated among the following geographical areas:1. Region 3 and Region 6 2. Region 4 and Region 53. Region 2, Region 1 and Region 84. Region 75. Region 9To learn which states are included in each reagion go to http://www.fws.gov/where/All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought synopsis. The Government is requesting interested contractors to furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address. (2) Type of Business (Large Business, Small Business, Small Disadvantaged Business, etc.). (3) Which geographical span you are capable to perform (4) State your bonding capacity as of the date of your response. All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. (5) Provide no more than ten (10) references, of the most recent and relevant contracts, performed within the last five (5) years. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. If your firm is a Small Business, provide affirmation that your firm can comply with the following minimum requirements: FAR 52.219-14, Limitations on Subcontracting, requires that a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Contracts provided must be the same or similar to the work described in this announcement. (6) List the types of services your company will be able to provide under this MATOC.The information provided will be used for acquisition planning, determination of contract ceilings and business size restrictions while ensuring that the wide array of requirements are covered in each geographical area in accordance with the projects defined.Awards under this MATOC will be mainly but not limited to NAICS code 236220 Commercial and Institutional Building Construction Small Business size $33.5 Mil. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of all firms interested in participating in the competition to compete and perform an Indefinite Delivery/Indefinite Quantity contract(s). The Government will not pay for any information provided as a result of this market survey.All awarded IDIQs will have a minimum yearly guarantee of at least $10,000. The combined value of all awards resulting from this synopsis is not expected to exceed $200,000,000. Each IDIQ award will have a base year with four option years. All submittals shall not exceed 3 pages and may be submitted via fax or e-mail to Alina Sadoveanu at Alina_Sadoveanu@fws.gov Fax 703-358-1875. No responses will be considered if received after February 27, 2009. The expected date to post the Request for Proposals is on or around March 16, 2009.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0ba5a9a52054b32d323fa1b35d77c59b&tab=core&_cview=1)
- Place of Performance
- Address: Nationwide<br />
- Zip Code: 222031610<br />
- Zip Code: 222031610<br />
- Record
- SN01746990-W 20090211/090209220310-0ba5a9a52054b32d323fa1b35d77c59b (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 |