Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Y -- Y--Multiple-Award Task Order Contracts (MATOC) for Alt/Repair Construction Service

Notice Date
4/22/2021 5:29:40 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FWS PACIFIC SOUTHWEST REGIONAL OFFI SACRAMENTO CA 95825 USA
 
ZIP Code
95825
 
Solicitation Number
140F0521R0002
 
Response Due
5/19/2021 3:00:00 PM
 
Archive Date
06/03/2021
 
Point of Contact
Justine Pasiecnik
 
E-Mail Address
140F0521R0002@fws.gov
(140F0521R0002@fws.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. Pre-Solicitation Notice for Solicitation number: 140F0521R0002 ORGANIZATION: U.S. Fish and Wildlife Service PRIMARY NAICS CODE: 236220 - Construction of Buildings - Size Standard - $39.5 million No Awards will be made from this announcement. Competition Requirements: Total Small Business Set-aside Procurement Method: Contracting by Negotiation Source Selection Process: Award(s) will be made to responsible general contractors whose proposal conforms to the solicitation requirements and could provide the best value to the Government, considering technical factors, past performance, and sample project schedules and prices. Type of Contract: Firm-Fixed Price, Multiple Award Task Order Contract (MATOC) The intent of this pre-solicitation is to notify potential offerors of a total Small Business set-aside, Firm-Fixed Price, Multiple Award Task Order Contract (MATOC). These MATOCs will be available to all Department of Interior (DOI) bureaus and Forest Service (FS) for use and will incorporate the needs of all bureau Great American Outdoors Act (GAOA) projects. These MATOCs will also be used for other Construction Alteration and Repair requirements by all Bureaus as needed (i.e., disaster recovery and planned deferred maintenance). The primary area of coverage will be the continental US and Hawaii in any state or US territory for Department of Interior U.S. Fish and Wildlife Service(FWS), National Park Service (NPS), Forest Service (FS), and Bureau of Land Management (BLM). Work will be performed on land owned, leased, or with use agreements located in any state or US territory. Project sites may occur on tribal or tribal reservation land and require employment rights compliance. Typical work under the contract will include, but will not be limited to: construction of facilities, interior and exterior facility renovations, demolition and installation, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, interior & exterior utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation and other related work. All work will be accomplished in accordance with individual task order requirements, master specifications, contractor developed construction drawings, and a detailed estimate developed using a contract specific cost estimating software and unit price databases. The Government intends to award multiple contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value utilizing the - Tradeoff process - as described in FAR 15.101-1, taking into account the following factors: Criterion 1 - Experience/Technical Capability, Criterion 2 - Past Performance, Criterion 3 - Price, Criterion 4 - Sample Project Schedule. The term of the contract shall include a base period of 1 year with options for four (4) additional one (1) year periods. Total contract amount is estimated at $250 million over 5 years. The total of individual task orders placed against the contract will range from $500,000 to $2,000,000.00 with a few up to $20,000,000.00. The Request for Proposal (RFP) will be issued on or about May 10, 2021 with proposals due approximately June 10, 2021. All documents will be in Adobe Portable Document Format (PDF) and downloadable from the Beta.SAM website located at https://www.beta.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. There will be no paper copies of the solicitation distributed. All solicitation information will be obtained through the beta.SAM.gov website. No response to this notice is necessary. This notice does not obligate the Government to award contracts and it does not obligate the Government to pay and/or reimburse respondents and/or their associates for any costs incurred to submit any requested information and/or proposal. Any questions, Requests For Information (RFIs), etc., relating to the upcoming solicitation must be submitted in writing to the individuals designated in the solicitation. Telephone requests for packages, questions, RFIs, etc. WILL NOT be accepted. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government (in accordance with FAR 52.204-7). For additional information, go to https://www.sam.gov. Please direct any questions regarding this notice to: 140F0521R0002@fws.gov. Include the reference number (140F0521R0002) in the subject line
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d67bcfac05cb46bea27c03f6e02b0748/view)
 
Record
SN05980441-F 20210424/210422230114 (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.