SPECIAL NOTICE
Y -- Amendment 1 to F14PS00001 - Not sensitive
- Notice Date
- 10/31/2014
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Interior, Fish and Wildlife Service, CGS-WO, 4401 North Fairfax Drive, Building 212, Arlington, Virginia, 22203
- ZIP Code
- 22203
- Solicitation Number
- F14PS00001
- Archive Date
- 11/28/2014
- Point of Contact
- Karl Lautzenheiser, Phone: (503) 231-2052
- E-Mail Address
-
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
- Small Business Set-Aside
- N/A
- Description
- Original solicitation F14PS00001 Amendment 1 to F14PS00001 This project is a Multiple Award Solicitation for Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for Alteration/Repair/Rehab/Demolition/Includes Ancillary 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, Region 7 and Region 8 of the U.S. Fish and Wildlife Service (AK, HI, WA, OR, ID, CA and NV). Only Regions 1, 7 and 8 of the U.S. Fish and Wildlife Service are authorized to utilize these IDIQ contracts. Awards resulting from this solicitation will be made using the following cascading set-aside order of preference: 1) In accordance with FAR Subpart 19.13, award will be made on a competitive basis first to responsible, eligible HUBZone small business concerns that submits a fair and reasonable price. (Refer to Section I, Clause I.2, 52.219-3, Notice of Total HUBZone Set-Aside. This clause is applicable only to this tier of the solicitation, not the solicitation in its entirety. 2) If the price from the HUBZone is not considered to be fair and reasonable, award consideration will be made in accordance with FAR Subpart 19.14, to a responsible, eligible Service Disabled Veteran Owned Small Business (SDVOSB) concerns. (Refer to Section I, Clause I.2, 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; and 3) If a fair and reasonable price cannot be obtained from either a HUBZone small business concern or a Service Disabled Veteran Owned Small Business, consideration will be to make award in accordance with FAR Subpart 19.5, to a responsible small business concerns that submits a fair and reasonable price. (Refer to Section I, Clause I.2, 52.219-6, Notice of Total Small Business Set-Aside. For purposes of determining a fair and reasonable price, a 10% factor will be used. For example, if a Service-disabled Veteran-owned Business and a Small Business submit a lower overall quote but the difference is 10% or less compared to a HUB Zone Business, then the HUB Zone Business would be awarded the contract. To be awarded the contract, the Small Business would have to be more than 10% less than both the HUB Zone and Service-disabled Veteran-owned Business. 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 IDIQ’s will be within the North American Industry Classification System (NAICS) codes as follows: Sectors 236 and 237. Non-Complex New Construction ($36.5 million) (i.e., but not limited to garages, driveways, porches, fencing, etc.), Sub Section 238 Specialty Trade Contractors, Size standard $15 Million and as required Architectural Services (NAICS 541310), Landscape Architect (NAICS 541320), and Engineering Services (NAICS 541330). Contractors will 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 - $4 Million. New Non-Complex Construction items are also authorized but are limited to $150,000 Simplified Acquisition Threshold) per delivery order. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Total contract amount (including options) will be $20 Million. The government may award as many as 15 contracts, but through evaluation may elect to only award as few as 3 contracts. The government will 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 requirements affordably. Evaluation criteria for this best value procurement will include experience/technical capability, past performance, management and key personnel and price. Experience/Technical Capability and Past Performance are of equal importance and each may be awarded a total of up to 35 points each. Management/Key Personnel is of lesser importance and may be awarded a total of up to 30 points. All successful awardees are guaranteed a minimum of $500.00 for the full contract performance period of the IDIQ contract. Upon issuance of task order(s) exceeding $500.00, the minimum guarantee will be deobligated from the IDIQ contract. With few exceptions, the government will compete the majority of future requirements among the awardees that cover the same geographic area and work category. Solicitation F14PS00001 was issued on October 7, 2014. This is amendment 1 to F14PS00001 posting to FBO on October 31, 2014 which provides answer to questions received and extends the date for receipt of proposals to 3 PM PDT on November 13, 2014. 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: F14PS00001 may be viewed thru a link to the FedConnect at “https://www.fedconnect.net/FedConnect/Default.htm.” No further notice will be posted on Fedbizopps. Prospective contractors shall be registered in “The System for Award (SAM)” database prior to award of a contract at https://www.sam.gov/portal/public/SAM/.” The technical point of contact is 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00001/listing.html)
- Place of Performance
- Address: Covers, United States
- Record
- SN03563493-W 20141102/141031234237-bb2debbf8065d8dadf21ce912faa5d66 (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 |