Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2009 FBO #2826
SOLICITATION NOTICE

Y -- Design-Build, Construction, and Other Consulting Services Multiple Award Task Order Contract (MATOC)

Notice Date
8/18/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management - R9 U.S. Fish & Wildlife Service4401 N. Fairfax Drive Suite 7118-43 Arlington VA 22203
 
ZIP Code
22203
 
Solicitation Number
982109R207
 
Response Due
10/20/2009
 
Archive Date
8/18/2010
 
Point of Contact
Alina Sadoveanu Contract Specialist/Team Lead 7033582172 alina_sadoveanu@fws.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This announcement is for a Multiple Award Task Order Contract (MATOC) for design-build, general construction, and other consulting services related to design and construction.The U. S. Fish and Wildlife Service (Service) anticipates, but is not limited to awarding four contracts to cover each half of the United States two for the western half and two for the eastern half. Contractors will be required to perform in one of the two assigned geographical areas. However all award recipients may be solicited and awarded task orders independent of the geographical area assigned. The two geographical areas include: 1.Western Half: States include; North Dakota, South Dakota, Nebraska, Kansas, Texas, Oklahoma, Colorado, Wyoming Montana, Idaho, Utah, New Mexico, Arizona, Utah, Nevada, California, Oregon, Washington, Hawaii, and Alaska. 2.Eastern Half: States include; Minnesota, Iowa, Missouri, Louisiana, Mississippi, Alabama, Tennessee, Kentucky, Illinois, Wisconsin, Michigan, Indiana, Ohio, West Virginia, Virginia, North Carolina, South Carolina, Georgia, Florida, Pennsylvania, New York, Maryland, Delaware, Rhode Island, New Jersey, Connecticut, Vermont, New Hampshire, Maine, Mass chutes, Maine, District of Columbia. The solicitation will be evaluated under the two phase selection process. On or around September 10, 2009 the solicitation for phase one will be posted. At that time, interested firms or joint venture entities (referred to as Offerors) may submit proposals addressing the evaluation criteria described in the solicitation. Offerors should expect to answer questions related to technical ability to perform design-build, construction, and consulting services related to design and construction; past performance in design-build, construction and ability to perform in at least one of the two locations described above with a minimum bonding capacity of $10,000,000.00. The Service expects to select up to eight firms to participate in phase two of this solicitation. Phase two will be issued in accordance with FAR Part 15 to the selected firms on or around October 26, 2009. The selected Offerors will submit rates to be used for the duration of the contract period of base -- 12 month period with 4 option years and preliminary technical and price proposal for specific project(s).Typical projects may include investigations, analysis, studies, design-build, construction administration & management, NEPA, archeological and historical compliance, and actual construction itself for all structures associated with the responsibilities of the USFWS and DOI agencies, which may include Visitor Centers, Maintenance Facilities, Administrative Offices, Fish Hatcheries, Water Treatment Facilities, Utilities, Roads, Employee Housing, Laboratories, Dams, Levees, Bridges, Hazardous Material Clean-Up. Recreation Structures and other structures deemed critical to the mission of USFWS and the Government. The guaranteed minimum for each IDIQ is not expected to exceed $10,000 per exercised Option Year with a total value of this solicitation of $200,000,000.00. Awards under this MATOC will be mainly under but not limited to NAICS code 236220 Commercial and Institutional Building Construction Small Business size $33.5 Mil. The U. S. Fish and Wildlife Service (Service), located in Arlington, VA will administer this acquisition. Actual work is awarded through the issuance of firm fixed price task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder.For any information about this solicitation contact Alina Sadoveanu at Alina_Sadoveanu@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/982109R207/listing.html)
 
Place of Performance
Address: Nationwide<br />
Zip Code: 222031610<br />
 
Record
SN01915747-W 20090820/090819000055-5e73fd4e93a51451145f5127400b6a83 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.