Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
MODIFICATION

Z -- Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for construction projects

Notice Date
6/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-11-0016_1
 
Archive Date
12/31/2011
 
Point of Contact
A Kay Steffey, Phone: 907-747-4273, John Inman, Phone: 907-228-6231
 
E-Mail Address
ksteffey@fs.fed.us, jinman@fs.fed.us
(ksteffey@fs.fed.us, jinman@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation announcement is being issued pursuant to FAR Part 15. The North American Industry Classification System (NAICS) code 236220, with a size standard of $33.5M. The proposed contract is set-aside for Total Small Business. Proposals/Offers from other than a Small Business concern will not be considered. This solicitation announcement is for an Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for construction projects that will entail various disciplines. Significant sub-contracting opportunities can be expected to include a variety of trades/disciplines to include but not limited to: roofing, electrical, plumbing, carpentry, painting, and masonry. These contracts will cover all Forest Service assets on the Tongass and possibly the Chugach National Forest in the state of Alaska. Contract performance period will be three years. The goal is to award between 4 and 6 multiple-year IDIQ Task Order contracts for construction services for the Tongass National Forest and possibly the Chugach National Forest Service located in the state of Alaska. The minimum guarantee is $5,000.00 per contract over the life of each contract. Task Order minimum and maximum limits are $2,000.00 and $4,500,000.00 respectively. The "estimated" maximum (non-guaranteed) dollar value for each contract is $250,000.00 over three-years. Task Orders could range in magnitude from $2,000.00 up to $1,000,000.00 per job. Typical Task Orders will consist of providing all plant, labor, tools, parts, materials, equipment, transportation and incidentals necessary to provide renovations-alterations, or new construction with emphasis on a broad range of maintenance, repair, dismantling, demolition, or removal of improvements and construction work involving real property. This solicitation is a 100% Small Business Set-Aside utilizing "best value" competitive procedure. Proposals are being solicited by the Tongass National Forest Contracting offices. The basis for award will be the "best value" to the Government, taking into consideration the following: Past Performance, Project Management, Technical Support, Sub Contracting Support, and Price. All five factors are of approximately equal importance. The non-price factors when combined together, are significantly more important than the price factor. The Government may accept other than the lowest priced proposal. It is anticipated that the solicitation will be available on or about 14 June 2011. A pre-proposal conference and site visit will be held with the specific information being specified in the solicitation. Interested contractors are encouraged to attend but will not be required. The closing date will be scheduled for approximately 30 days after the issuance of the solicitation. All information, amendments, and questions concerning the solicitation will be posted on this website (www.fbo.gov) under the solicitation number AG-0116-S-11-0016.1. No items will be mailed or emailed and telephone requests will not be honored. All interested parties MUST be registered in the Central Contractor Registration (CCR) database in order to be considered for an award. CCR registration can be completed at www.ccr.gov. Also, the Online Representations and Certifications must be completed on the ORCA website at https://orca.bpn.gov/ The USFS point of contact for this requirement is Kay Steffey. Send any inquiries to ksteffey@fs.fed.us Please do not contact the Government prior to seeing and reviewing the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-11-0016_1/listing.html)
 
Place of Performance
Address: Ketchikan, Alaska, 99835, United States
Zip Code: 99835
 
Record
SN02471953-W 20110616/110614234627-1601e3b06d16f854ff977cd2965ebde9 (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.