Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
SOLICITATION NOTICE

W -- Willapa Heavy Equipment Rental

Notice Date
3/2/2018
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181
 
ZIP Code
97232-4181
 
Solicitation Number
140F0118Q0037
 
Response Due
3/16/2018
 
Archive Date
3/31/2018
 
Point of Contact
Eubank, Aaron
 
Small Business Set-Aside
Total Small Business
 
Description
This project is a Multiple Award Solicitation for Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for Heavy Equipment Rental with operator for various site work on projects for the maintenance, rehabilitation or restoration of various habitat types at 3 refuges making up Willapa National Wildlife Refuge Complex. The area of coverage is Willapa National Wildlife Refuge (Pacific County, WA), Julia Butler Hansen Refuge for the Columbian White-tailed Deer (Wahkiakum County, WA & Clatsop County, OR) and Lewis and Clark National Wildlife Refuge (Wahkiakum County, WA & Clatsop County, OR). Only the US Fish and Wildlife Service will be authorized to use these IDIQ contracts. Awards resulting from this solicitation will be made in accordance with FAR Subpart 19.5, to responsible small business concerns that submit a fair and reasonable price. (Refer to Section I, Clause I.2, 52.219-6, Notice of Total Small Business Set-Aside). Work to be performed under the IDIQs will be under the North American Industry Classification System (NAICS) codes as follows: 238910 Site Preparation Contractors. Contractors will be expected to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personnel services necessary to provide and operate heavy equipment to facilitate the completion of various habitat restoration and management activities. Individual task orders may range between estimated $2,500 - $300,000. Each contract awarded will contain a basic 12-month period and four 12-month option periods. Total contract amount (including options) will be $2.5 million. The government will likely award no more than 3 IDIQ contracts. The government will evaluate offers and select the awardees utilizing the lowest price technically acceptable (LPTA) described in the Federal Acquisition Regulation (FAR 15.101-2). In using this LPTA approach, the government seeks to award to those offers who give the greatest confidence they will best meet our requirements affordably. Evaluation criteria for this LPTA procurement will be detailed in the forthcoming solicitation. All successful awardees are guaranteed a minimum of $500.00 for the full contract performance period of the IDIQ contract. Upon issuance of task order(s) exceeding $500.00, the minimum guarantee will be deobligated from the IDIQ contract. With few exceptions, the government will compete future requirements among the awardees. The maximum amount of orders issued annually could be up to $500,000. To be considered for evaluation, applications from firms must consist of a completed SF-1449, along with other documentation as cited in solicitation package number 140F0118Q0037. The government intends to post the complete solicitation to FedBizOpps on or around March 15, 2018 with responses due to the U.S. Fish and Wildlife Service two weeks after the solicitation is posted. Solicitation number: 140F0118Q0037 may be viewed through FedBizOpps or FedConnect. No further notice will be posted on FedBizOpps. Prospective contractors shall be registered in ¿The System for Award Management (SAM) ¿ database prior to award of a contract at https://www.sam.gov/portal/public/SAM/. ¿ Questions may be directed to Aaron Eubank at (503) 231-2101. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any quote/proposal preparation costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0118Q0037/listing.html)
 
Record
SN04841054-W 20180304/180302231231-21dbba0996b1314d3a16e624cc94d674 (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.