DOCUMENT
Z -- IDIQ Construction - RFI
- Notice Date
- 1/9/2009
- Notice Type
- RFI
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Eastern Region, 626 E. Wisconsin Ave., Suite 300, Acquisition Management, Milwaukee, Wisconsin, 53202
- ZIP Code
- 53202
- Solicitation Number
- RFI-R9-S-09-001
- Point of Contact
- Teresa Corse, Phone: 414-426-0325
- E-Mail Address
-
teresacorse@fs.fed.us
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONSTRUCTION CONTRACT. This is not a solicitation, this is a RFI, and is for fact finding purposes only and does not constitute a commitment or obligation by the Government to issue an RFP, contract or order. The Government will not pay for any effort expended or any material provided in response to this announcement, nor will the Government return any data provided. The purpose of this RFI notice is two-fold: to identify potential sources (especially 8(a), HubZone and Service Disabled Veteran Owned Small Businesses) interested in providing all materials, labor, tools, equipment, transportation, supervision, management and other services to include engineering/technical design support, necessary to accomplish utilitarian, new or remodeled construction, maintenance, repair and renovation work with minimum design requirements for the USDA Forest Service Eastern Region, Region 9 and to solicit industry feedback regarding the approach to this requirement to improve the quality of the draft Statement of Work and other documents related to this effort. It is envisioned that 1 to 13 contracts may be awarded from a single solicitation; however, your feedback on this approach is solicited. The proposed contracts are anticipated to be broken down by the 13 states making up the Eastern Region Forests, which consist of MN, WI, MI, IL, MO, IN, OH, WV, KY, VA, PA, VT, and NH. The USDA Forest Service manages lands with infrastructure in these states listed above including National Forests, research facilities, Job Corp Centers, and others. The Government is seeking those firms with a demonstrated history of relevant construction experience primarily focused on IDIQ-type construction contracts requiring simultaneous performance of multiple projects at multiple locations similar to the task order magnitude anticipated to be executed under these proposed contracts. Individual Task Orders will be firm-fixed-price with a targeted award range of $2,000 to $5,000,000, with a minimum of $2,000 and a maximum of $5,000,000. There are many potential projects less that $250,000 and fewer above $1,000,000. Each contract is contemplated to be firm-fixed-price, IDIQ with a base year and four option years, commencing in FY09 with a magnitude estimate of 5-30 million each over the lifetime of the contract. North American Industry Classification System (NAICS) Code is 236220; Small business Size Standard is $31,000,000.00. The Davis Bacon Act and Service Contract Act will apply when required by regulations to any contracts that are awarded as a result of a solicitation issued, if any. Responses to this RFI notice are requested from potential Prime Contractors, Prime/Subcontractor teams or Joint Venture entities. Names of respondents to this RFI notice will be posted to www.fbo.gov to facilitate subcontracting opportunities. Respondents must (1) state whether they are a small or large business based on the size standard above and if they are HubZone, 8(a) or Service Disabled Veteran Owned Small Business certified. Contractors are asked for their input on structuring of the schedule of items in regards to the general construction trades that will be used in different states and how to firm fix price materials and incidentals. The basis of this work will be for facilities, adjacent site work to facilities including parking, utilities and roads, recreation facilities and infrastructure. Other work that could be included in this contract is underground utility systems, roads, road & trail bridges, and small dams. Incidentals may include design, testing or other studies associated with the above work. Input is requested regarding the number of contracts to be awarded whether it would be most advantageous to award by state locality, national forest site or by combining states to award a fewer number of contracts. All ideas and recommendations are welcomed and should be submitted via email to: teresacorse@fs.fed.us or mail to Teresa Corse, USDA FS, 2807 E. Lilac Court, Bloomington, IN 47401.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5b965135512a1d8b94e75a615c84185b&tab=core&_cview=1)
- Document(s)
- RFI
- File Name: R9 Lands by Forest (R9 Lands By Forest.JPG)
- Link: https://www.fbo.gov//utils/view?id=bf58b262c5fe5fe0be85409f2e6c4408
- Bytes: 255.44 Kb
- File Name: R9 Potential Group Areas 1 (R9 Potential Group Areas1.JPG)
- Link: https://www.fbo.gov//utils/view?id=00a233d58766da0af91f2f2df81cf12f
- Bytes: 256.86 Kb
- File Name: R9 Potential Group Areas 2 (R9 Potential Group Areas2.JPG)
- Link: https://www.fbo.gov//utils/view?id=cf466479e1d2ae80cbbd9000326742a0
- Bytes: 252.52 Kb
- File Name: R9 Regional Map (R9 Regional Map.JPG)
- Link: https://www.fbo.gov//utils/view?id=3215c4c32f01c2df6f8de54a2eb433a8
- Bytes: 221.86 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: R9 Lands by Forest (R9 Lands By Forest.JPG)
- Place of Performance
- Address: Various, United States
- Record
- SN01730259-W 20090111/090109222600-5b965135512a1d8b94e75a615c84185b (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 |