Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

Y -- Title: Alt/Repair Multiple-Award Task Order Contra

Notice Date
9/15/2020 9:45:33 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
140F0120R0002
 
Response Due
10/23/2020 12:00:00 AM
 
Archive Date
11/07/2020
 
Point of Contact
Blackburn, Shannon
 
E-Mail Address
Shannon_Blackburn@fws.gov
(Shannon_Blackburn@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a presolicitation notice is issuing a Request for Proposal (RFP) for a Multiple Award Solicitation for Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts 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 the U.S. Fish and Wildlife Service Regions 9, 10, 11 and 12 which will cover the states of Alaska, Oregon, Washington, Idaho, California, Hawaii and Pacific Islands, Nevada, and Western Montana. Only Regions 9, 10, 11 and 12 of the U.S. Fish and Wildlife Service are authorized to utilize these IDIQ contracts. This acquisition will result in multiple contract awards divided across each state. General Contractors (GC) will be eligible to submit for more than one (1) state, but no more than three (3) states. Services will include, but are not limited to: interior and exterior building renovations; heating, ventilation and air-conditioning, to include controls; electrical; mechanical; plumbing; fire suppression; fire and security systems; communications; site-work; millwork; landscaping; fencing; masonry; concrete; asphalt paving; storm drainage; asbestos and lead abatement; mold and limited soil remediation, ancillary design and other related work. All work to be performed under the awarded IDIQ contracts will be in accordance with individual task order requirements, including specifications and drawings provided for each project. It is anticipated that multiple contract awards will be made as a result of this procurement. The contract will be for one base year, with four (4), one-year options that may be exercised at the sole discretion of the Government. Once an IDIQ contract is awarded, task orders will be issued for specific projects. Projects may occur on tribal or tribal reservation land and require Tribal Employment Rights Ordinance (TERO) compliance. This procurement action is being solicited as a small business cascading set-aside. Task order awards resulting from this procurement action will be solicited 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 1.2, 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 1.2, 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 1.2, 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. The North American Industry Classification System (NAICS) codes under the IDIQs will include the following codes: Subsector 236 - Construction of Buildings (size standard $39.5 million); Subsector 237 - Heavy and Civil Engineering Construction (size standards $39.5 million), Non-Complex New Construction i.e., but not limited to garages, driveways, porches, fencing, etc.; Subsector 238 - Specialty Trade Contractors (size standards $16.5 million); and as required Architectural Services (NAICS code 541310 - size standard $7.5 million), Landscape Architectural Services (NAICS code 541320 - $8.0 million), and Engineering Services (NAICS code 541330 = $16.5 million). It is expected there will be a guaranteed minimum of $500.00 for the life of the contract. The maximum ordering limitation per contract per year will be $4,000,000.00. A bid bond will not be required with offer submissions, however, a performance and payment bonding will be required at the task order level when applicable. As such, each offeror may be asked to provide a signed letter from their bonding company, which shows the maximum amount the firm can be bonded per project, and the firm's maximum aggregate bonding capability as part of the proposal submission. There is no guarantee for dollar value of work. This is a negotiated procurement IDIQ contract; there will not be a public bid opening. Award(s) will be made to responsible contractors whose proposal conforms to the solicitation requirements and could provide the best value to the Government, considering technical factors and line item prices. For this procurement, the technical factors, when combined, are equally important to price. The technical factors will include: (1) Experience and technical capabilities as a General Contractor for commercial buildings on Repair and Alteration Projects; (2) Past Performance as a General Contractor on Repair and Alteration Projects to include all CPARs for the last 5 years if applicable; (3) Sample Project Schedule; and (4) price, with price typically being the discriminator for the task order awards. The Government reserves the right to make award on initial offers, but discussions may be held if necessary. The solicitation is anticipated to be available on or about September 15, 2020. Questions are currently anticipated to be due by close of business on October 6, 2020. Proposals are currently anticipated to be due on October 23, 2020. Refer to the solicitation package to confirm actual dates. A virtual pre-proposal conference will be provided to discuss the preparation of a competitive proposal and to understand the total result desired by the Government. The virtual conference call will be held on October 1, 2020 at 2:30 PM PT to 4 PM PT. The call in number is 888-381-5776 and the passcode is 6563633. This pre-proposal conference call info is also included in the solicitation package. The United States Fish and Wildlife Service (USFWS) plans to solicit construction contractors who are interested in participating in a new Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract that support minor construction in support of the USFWS for alteration, repair, rehab, demolition, and ancillary design for various USFWS facilities and infrastructure. This work may include, but not limited to vertical and horizontal construction such as housing, garages, driveways, roads, porch, pre-engineered metal buildings, footbridges, HVAC, electrical upgrades, generators, pumps, plumbing and piping, renovations, mechanical repairs, etc. The geographic area covered by the contract shall include the states of; Alaska, Oregon, Washington, Idaho, California, Hawaii and remote Pacific Islands, Nevada, and Western Montana. The USFWS refers to these areas as Region 11 (Alaska), Region 10 (Oregon, Washington, Idaho, and Western Montana), Region 11 (California and Nevada), and Region 12 (Hawaii and the remote Pacific Islands). Selected contractors shall be allowed to apply to compete work for a minimum of one (1) state and a maximum of three (3) states as part of this contract in any/all the work categories listed below. The contract shall be divided into three areas; 1) Civil - bridges, underground utilities, levees, riprap, and similar heavy earthwork, water control structures, water intakes, and other civil work occurring on or near water. 2) Mechanical and Electrical - mechanical and electrical work to include heating and air conditioning, plumbing, electrical systems, to include fire suppression systems, fire alarm system and general facility security or alarms systems. 3) Building - Buildings and any structures not listed above. Sample projects shall be provided by USFWS for this solicitation. A total of between three (3) to seven (7) contractors shall be selected for each state. Task Orders from this IDIQ contract are for the execution of a broad range of maintenance/repair, rehabilitation, demolition/new construction and minor construction (non-complex) and ancillary design services. Work to be performed under the IDIQs will be within the North American Industry Classification System. These requirements supplement the project-specific Work Statement requirements issued with individual project Task Orders. No project work will be awarded at this time. Rather, this solicitation will result in award to multiple contractors. Contractor is responsible for the proper performance of the Work and shall correct, at no additional expense, to the Government any errors or omissions in connection with such performance. Contractor shall provide all management, supervision, field-engineering, quality-control, labor, equipment, materials and supplies necessary to perform a broad range of maintenance, renovation, rehabilitation and new construction work on USFWS infrastructure, including design and engineering services incidental to the construction services. Contractor shall participate and support site visits, working meetings, conference calls, and other activities as necessary to accomplish the work in a timely and efficient manner. Only State-licensed General Contractors that have experience as the prime contractor in public works (and private sector commercial or industrial) construction projects located within designated USFWS Regions will be considered for award under this contract. Upon selection and prior to task order awards, contractors shall submit documentation indicating current State(s)-license/registration as a General Contractor; copy of current license/registration indicating your name or name of business, state(s) of registration, category of registration, registration number and date of expiration. When responding to this Indefinite Quantity / Indefinite Quantity (IDIQ) solicitation, firms shall indicate the states, which they are willing to work AND the work categories they desire to be evaluated for. Contractors shall provide schedule and cost proposals for the sample project for each state they wish to be considered for AND for each work category sample project. For Example: Contractor ""A"" wishes to work in Alaska, California, and Idaho in the ""Utilities"" and ""Building"" work categories. The contractor would submit information for technical factors 1 (Experience) and 2 (Past Performance). Then provide a project schedule and proposed cost for each the Alaska sample project in Utilities, California sample project in Utilities, Idaho sample project in Utilities. In addition, the contractor would also provide a project schedule and proposed cost for each of the Alaska sample project in Building, California sample project in Building, Idaho sample project in Building. However, experience and past performance would only be submitted once for the solicitation. State: Work Categories: Utilities Mechanical/Electrical Building Alaska Provide Project Schedule and Cost for sample project Provide Project Schedule and Cost for sample project Oregon Washington Idaho Provide Project Schedule and Cost for sample project Provide Project Schedule and Cost for sample project California Provide Project Schedule and Cost for sample project Provide Project Schedule and Cost for sample project Hawaii and Pacific Islands Nevada Western Montana Actual project work will be accomplished through individual Task Order solicitations. There is no guarantee of award of any work. However, future solicitations for project work under this ID/IQ will be limited to the pool(s) of firms successfully pre-qualified under this ID/IQ for specific geographic locations and work categories, have adequate bonding capacity, and are otherwise eligible for consideration. Individual Task Order solicitations will typically be firm, fixed price, low-bid. Task Order solicitation periods will vary widely depending on USFWS fiscal and programmatic needs; anywhere from 7 to 30 calendar days typically. Task Orders will vary in size typically from $50,000 to $100,000 (and we typically may see a few projects over a million annually) and include but are not limited to: Demolition and disposal, hazardous-material abatement, levees, water control structures, vehicular and pedestrian bridges, roads, parking areas, hiking trails, fences, utility systems, low-rise commercial and residential buildings, reinforced concrete, HVAC, mechanical, plumbing, alarm systems and electrical systems. Some projects may be located in remote areas where construction materials and supplies are limited in quantity and variety, and where opportunities to use local labor may be limited in quantity and specialty. The USFWS is required to comply with the most current federal codes. The basic contract and sample project proposal shall be based on the codes and standards listed below. However, for task orders, contractors shall apply the most current version of the code as published 60-day prior to the bid closeout date. Contractors shall comply with the following National Codes and Standards: Base Year: Option Years: 2017 NFPA (12, 13, 70, 72, 101) Current Version 2018 International Building Code Current Version 2018 International Plumbing Code Current Version 2018 Residential code for one and two family dwellings Current Version 2018 ICC Performance Code for Buildings Current Version 2018 Mechanical Code Current Version 2018 International Energy Conservation Code Current Version The due date for receipt of proposals is 2 PM PT on October 23, 2020. There will be an electronic and hard copy submission with which the solicitation will explain in further detail. The solicitation will be available for download through the beta.SAM.gov website (https://beta.sam.gov/). Offerors are responsible for downloading the solicitation and for monitoring the beta.SAM.gov website for amendments or additional information. All government contractors must be registered in the System for Award Management (SAM) prior to submitting an offer. You may access SAM at the following URL: https://www.sam.gov/. While you don�t need a user account to view contract opportunities, you will need one to access additional capabilities such as: - Saving and rerunning searches - Following opportunities to keep up to date on notices - Adding yourself to an opportunity�s Interested Vendors List - Downloading search results or display items into .pdf or .csv files - Running customized reports on opportunities data - Requesting access to controlled but unclassified attachments Any questions regarding this notification should be directed to All responses to this notice should be submitted to Karl Lautzenheiser, Contracting Officer, at karl_lautzenheiser@fws.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8bbb1504c6c4400a4b770d2c26d03f0/view)
 
Record
SN05798005-F 20200917/200915230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.