SOLICITATION NOTICE
F -- Indefinite Delivery Indefinite Quantity (IDIQ) COST SHARE contract for construction and repair to water control structures including, but not limited to, impoundments, levees, dikes, pump installations, and miscellaneous hydrology improvements.
- Notice Date
- 3/22/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- R4 Contracting and Grant Services Division U.S. Fish and Wildlife Services 1875 Century Blvd. Suite 310 Atlanta GA 30345
- ZIP Code
- 30345
- Solicitation Number
- 401817R011
- Archive Date
- 3/21/2008
- Small Business Set-Aside
- N/A
- Description
- The U. S. Fish and Wildlife Service (USFWS) intends to issue a Request for Proposal (RFP) on a Cost-Share basis for the construction and repair to water control structures including, but not limited to, impoundments, levees, dikes, pump installations, and miscellaneous hydrology improvements throughout the Southeast Region of the United States. The locations may also include Region 5: Maine, New Hampshire, Vermont, New York, Massachusetts, Connecticut, Rhode Island, Pennsylvania, West Virginia, Virginia, Maryland, and Delaware. The RFP Number is 401817R011. The RFP will be available for viewing at HTTP://FEDBIZOPPS.GOV. The tentative date to publish RFP # 401817R011 is on or about April 2, 2007, with a 60 day window to submit proposals. Paper copies will not be available. The North American Industry Classification System (NAICS) code is 237990 - Other Heavy and Civil Engineering Construction. The size standard for Small Business is $31 Million. This is NOT a Small Business Set-Aside under the guidelines of the Small Business Competitive Demonstration Program. The RFP will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the requirements. The award will be made on a Cost Sharing basis. The Cost Share proposed should be in the Ten (10) to Fifteen (15) percent range. The Evaluation Factors to be used are Cost Share Amount, Relative Experience, Technical/Management Capabilities, Price, and Past Performance of the contractor. (Past performance references will be requested, and verified after receipt of proposal and prior to award, from previous contracts for the same or similar work.) The IDIQ contract will be awarded for One (1) Base year with Four (4) Option years. The Estimated value of all task orders issued under the IDIQ will be not less than $1 Million dollars and will not exceed $5 million for the Base year and all Option years. The estimated value of all years may increase if Region 5 is included in the Solicitation. This will be a Negotiated, Firm-Fixed Price award. Prospective offeror's must be registered in the Central Contractor Registration (CCR) @ http://www.ccr.gov and On-line Representations and Certifications (ORCA) @ http://www.bpn.gov. A DUNS number is required. The DUNS number may be obtained free of charge by contacting Dun and Bradstreet at 1-800-333-0505, or www.dnb.com. THIS NOTICE ALSO SERVES AS THE PRESOLICITATION NOTICE. NOTICE TO PROSPECTIVE BIDDERS: READ THE ENTIRE SOLICITATION WHEN IT IS POSTED. ALL SPECIFICS MUST BE ADDRESSED IN THE INITIAL PROPOSAL, OR PROPOSAL WILL NOT BE EVALUATED FURTHER.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144854&objId=245342)
- Place of Performance
- Address: Region 4 - Southeastern United States: Arkansas, Mississippi, Tennessee, North Carolina, South Carolina, Georgia, Florida, Alabama, Kentucky. Location may also include Region 5: See description for details.
- Zip Code: 30345
- Country: US
- Zip Code: 30345
- Record
- SN01257250-W 20070324/070322221652 (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 |