SOLICITATION NOTICE
Z -- Multi-Trade Facilities Construction, Repair, and Remodel (IDIQ) Job Order Contract for Region 4
- Notice Date
- 3/13/2009
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Agriculture, Forest Service, R-4 IDAWY Acquisition Service Center, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401
- ZIP Code
- 83401
- Solicitation Number
- AG-02NV-S-09-0015
- Archive Date
- 6/5/2009
- Point of Contact
- Judy B Martin,, Phone: 208-557-5841, Bradley G. Bauer,, Phone: 208-557-5768
- E-Mail Address
-
jbmartin@fs.fed.us, bgbauer@fs.fed.us
- Small Business Set-Aside
- 8a Competitive
- Description
- Proposals are being solicited by the USDA, Forest Service from qualified 8(a) firms capable of performing a wide variety of construction and project management services for Region 4 National Forests facilities within the states of Nevada, Utah, Southern Idaho, and Western Wyoming. The requirement is an Indefinite Delivery Indefinite Quantity (Job Order) contract that will be effective for a base period, and, at the option of the government, for four (4) additional one-year option periods. This requirement is for routine, recurring, or emergency facility maintenance, renovation, repairs, minor site work, and minor construction projects that require minimal design. The Contractor will be required to provide for all labor, material, supplies, transportation, management, supervision, equipment, and all other necessary items for complete and usable projects, performing all work in complete compliance with all plans, drawings, and specifications issued. Types of projects/jobs contemplated under this announcement may include electrical, plumbing, mechanical/HVAC, cement/concrete work, parking lot paving, flooring, painting, general carpentry, sewer line repair, lead based paint removal, roofing, and minor construction/remodels. This solicitation announcement is issued pursuant to FAR Parts 5, 15, and 19. Solicitation AG-02NV-S-09-0015 (SBA No. 1087-09-902878) is set-aside as a competitive 8(a) restricted to eligible 8(a) firms located within the states of Nevada, Utah, Idaho, and Wyoming and, 8(a) participants in good standing serviced by a SBA office outside of these states, but having a Bona Fide branch office in Idaho, Nevada, Utah, or Wyoming. Firms within these states may submit a response to this announcement which may be considered by this agency for possible contract award. It is the Government’s intention to make three contract awards based on this announcement and the subsequent Request for Proposal. The minimum guarantee for each contract awarded will be $5,000 per contract for the entire life of the contract. The estimated (non-guaranteed) maximum dollar amount is $5,000,000 per year for five years. The successful offeror(s) must be able to provide payment and performance bonds for each individual Job Order issued in excess of $100,000 and payment protection for individual Job Orders in excess of $30,000. Individual Job Orders will range from $2,000 to $250,000. Interested parties will be able to access a copy of the RFP once posted. The solicitation will be available on approximately March 30, 2009 and may be downloaded from this site at that time. All responsible vendors shall be registered in the Central Contractor Registration database and complete electronic annual representations and certifications at https://orca.bpn.gov. All responsible sources may submit a response to this announcement which shall be considered by this agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4569c0ed3dc9da42de5fc37485f53f70&tab=core&_cview=1)
- Place of Performance
- Address: Nevada, Utah, Southern Idaho & Western Wyoming, United States
- Record
- SN01768577-W 20090315/090313215229-4569c0ed3dc9da42de5fc37485f53f70 (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 |