Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

Y -- RECOVERY - U.S. Fish and Wildlife Service (FWS), Great Lakes, Region 3

Notice Date
3/6/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301819R111
 
Archive Date
3/6/2010
 
Point of Contact
Robert Jacobson Contract Specialist 6127135165 Robert_Jacobson@fws.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
Y - RECOVERY SOLICITATION NO. 301819R118 Partial and/or complete funding for these projects will be funds from the American Recovery and Reinvestment Act ("Recovery Act") of 2009. Funding for all construction projects using Recovery Act funds will require compliance with all transparency requirements per the Recovery Act and future guidance thereof. PROJECT DESCRIPTION: The U.S. Fish & Wildlife Service (FWS), Region 3 intends to issue a request for a proposal (RFP) for an Indefinite Delivery Indefinite Quantity (IDIQ), Construction Services, Multi-Award Task Order Contract (MATOC) Including: Minnesota, Michigan, Iowa, Illinois, Indiana, Ohio, Missouri, and Wisconsin. The purpose of the MATOC is to provide construction services for a broad range of building, civil works, repair, maintenance, renovation, and a variety of other construction projects of the Service. Construction services required will be primarily used for FWS Region 3 projects to include: Construction, repair and alteration of various facilities including: Visitor Centers, Pre-engineered Buildings, Storage Buildings, and Shop Buildings. Services also include: Construction, repair, and alteration of mechanical and electrical systems, concrete, asphalt and earthwork and miscellaneous demolition. The estimated magnitude of construction for all projects to be awarded will be a minimum of $2,000 and a maximum of $20 Million for each IDIQ (5) Year Contract. This is a competitive Best Value source selection that will be conducted in accordance with the Federal Acquisition regulation (FAR Part 15.3). The MATOC will be for one base period and 4 one year renewable options not to exceed 5 years total. The intended result of this solicitation is to make multiple basic contract awards to the most qualified construction firms who have the capacity to perform a wide variety of construction projects located in Region 3. Task orders may vary in size and are expected to be issued for projects from $2,000 to $6 Million range with most of the task orders below $1 Million or less. Some of the project work sites are in remote locations where building materials and supplies are limited in quantity and variety. Therefore, opportunities to use local labor may also be limited in availability and specialty. Construction services required will be primarily used for FWS Region 3 projects to include: Renovation and new construction including miscellaneous structures such as office buildings, Pre-engineered buildings, visitor centers, maintenance buildings, shop buildings, bunkhouses and fish hatchery facilities. FWS facilities will require energy renovation to include: supplying and installing solar panels, window replacement and repair, alteration and repair of mechanical and electrical systems, and plumbing. Additional work may include: fencing and gates, kiosks, roofing, siding, water supply,. water control structures, miscellaneous earth work, ditch clean-out, dikes, roads, bridges, culverts, levees, concrete, asphalt, and demolition of facilities. It is anticipated that performance will begin in Early Spring with a period of performance of each task order 30 - 365 calendar days after issuance of a notice to proceed with the work. A firm-fixed price contract is contemplated that will require performance and payment bonding to cover the estimated ceiling magnitude cost of the project. The North American Industry Classification System Code (NAICS) for the Construction Sector 23 size standard and the estimated price range shall be specified on each individual task order. The vendor must be registered (Mandatory for doing business with the Government) in the Central Contractor Registration (CCR) database and have completed the online Representation and Clarifications Application (ORCA) in order to receive contracts, task orders, and payments from the U.S. Fish & Wildlife Service. CCR and ORCA are a self-service database. Vendors register themselves and maintain their own information through the CCR Website, www.ccr.gov In order to register and learn more about CCR go to http://www.bpn.gov/ or call 1-888-227-2423. You will need to know your DUN and Bradstreet (D&B) number. If you don't have a D&B number, you can contact 1-800-333-0505. The Solicitation will be available via electronic commerce at http://ideas.nbc and http://www.fedbizopps.gov on a tentative issue date on or about March 24, 2009 with a 30 day closing date of April 23, 2009, 4:00PM (CDT). The Solicitation Package will include the following: An itemized Bid Schedule, Scope of Work, drawings, and applicable prevailing wage determination. Please ensure you have a complete downloaded solicitation package from FEDBIZOPPS before submitting you proposal. It is the Contractor's responsibility to ensure that they receive all appropriate solicitation documents to submit a responsible, responsive and competitive proposal. Contact Robert "Jake" Jacobson, Contracting Officer at 612-713-5165 for any questions concerning this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59044156ec20199b8bd43892fc7f9fc0&tab=core&_cview=1)
 
Place of Performance
Address: Great Lakes, Region 3, including the following states: Minnesota, Wisconsin, Michigan, Iowa, Illinois, Indiana, Ohio, Michigan<br />
Zip Code: 55111<br />
 
Record
SN01763491-W 20090308/090306220633-59044156ec20199b8bd43892fc7f9fc0 (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.