Search Contract Opportunities

Multiple Award Task Order Contract (MATOC) for Design-Build construction servic   69

ID: 140F0521R0004 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 8, 2021, 9:49 a.m. EST
ORGANIZATION: U.S. Fish and Wildlife Service PROJECT TITLE: Multiple Award Task Order Contract for Design-Build construction services. PROJECT LOCATION: The continental US and Hawaii in any state or US territory for the Department of Interior (DOI); U.S. Fish and Wildlife Service (USFWS), National Park Service (NPS), and Bureau of Land Management (BLM), and Forest Service (FS). PRIMARY NAICS CODE: 236 - Construction of Buildings - Size Standard - $39.5 million CONTRACT TYPE: Task Orders will be Firm Fixed Price (FFP) TYPE OF ANNOUNCEMENT: SOURCES SOUGHT This is a Sources Sought Notice for the purpose of conducting market research, and obtaining industry information ONLY. Proposals are NOT being requested, nor accepted at this time. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No Solicitation is currently available. The purpose of this notice is to obtain information from businesses that would be interested and capable of providing the types of services noted below. The United States Fish and Wildlife Service (USFWS) will use information obtained through this notice as well as other market research to develop an acquisition strategy. A. SUMMARY OF REQUIREMENT: The USFWS anticipates soliciting and awarding an Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build construction services. **Any potential future Solicitation will be posted to https://beta.sam.gov/ under Contract Opportunities. Interested firms will be required to be registered in SAM (System for Award Management, www.sam.gov) and complete Online Representations and Certifications. ** The intent of this MATOC is to support the Great American Outdoors Act (GAOA). GAOA established the National Parks and Public Land Legacy Restoration Fund to support deferred maintenance projects on Federal lands. For FY2021-FY2025, up to $1.9 Billion per year will be deposited into this fund. The U.S. Fish and Wildlife Service (USFWS) will receive 5%, Bureau of Land Management (BLM), and Bureau of Indian Affairs (BIA) will receive 5% (up to $95M). The National Park Service (NPS) will receive 70% (up to $1.3B) and Forest Service (FS) will receive 15% (up to $285M). **These MATOCs will be available for all DOI bureaus and FS to issue orders against for GAOA projects and for other Design/Build requirements as needed by the bureaus (i.e., disaster recovery and planned deferred maintenance). ** **Firms will not be required to provide services throughout the entire coverage area. Firms are to select the geographical locations where they can provide coverage for their services. The Governments intent is to break the primary coverage area into small geographical regions. These smaller regions have not been determined at this time. ** The primary area of coverage will be the continental US and Hawaii in any state or US territory for Department of Interior U.S. Fish and Wildlife Service, National Park Service, Forest Service, and Bureau of Land Management. Work will be performed on land owned, leased, or with use agreements located in any state or US territory. Project sites may occur on tribal or tribal reservation land and require employment rights compliance. Typical work under the contract will include, but will not be limited to design services, construction of facilities, interior and exterior facility renovations, demolition and installation, heating and air-conditioning, HVAC controls, plumbing, fire suppression, interior and exterior electrical and lighting, fire and intrusion alarms, communications, interior & exterior utilities, site-work, landscaping, fencing, masonry, roofing, concrete, asphalt paving, storm drainage, limited environmental remediation, surveys, studies, and other related work. Scopes of work for each task order will vary from site to site. All work will be accomplished in accordance with individual task order requirements, master specifications, contractor developed construction drawings, and a detailed estimate developed using a contract specific cost estimating software and unit price databases. The term of the contract shall include a base period of 1 year with options for four (4) additional one (1) year periods. Total contract amount is estimated at $150 million over 5 years or a maximum of $30 million annually with a minimum task order value of $2,000, and a maximum task order value of $30 million. The total of individual task orders placed against the contract shall not exceed $150 million. The primary North American Industry Classification System (NAICS), code will be Subsector 236 - Construction of Buildings. The small business size standard is $39.5 million average annual revenue for the previous three years. Other NAICS codes to be used include Subsector 237 - Heavy and Civil Engineering Construction (size standards $39.5 million); Subsector 238 - Specialty Trade Contractors (size standards $16.5 million); Architectural Services (NAICS code 541310 - size standard $8.0 million), Landscape Architectural Services (NAICS code 541320 - $8.0 million), and Engineering Services (NAICS code 541330 = $16.5 million). B. SOURCES SOUGHT RESPONSE REQUIREMENTS All business categories are invited to respond. Response Information: Interested firms should submit a capabilities package and include the following: 1) Firm's name, address (mailing and URL), point of contact, phone number, email address, business category, business size, and business type 2) Business classification; i.e. Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other. 3) Provide a general statement of your qualifications, capabilities and ability to perform the required types of work. Provide information for a minimum of one (1) and a maximum of five (5) contracts/projects within the past 5 years including a brief description of services similar to that described above. Minimum information should include the following: Contract price, project location, date of services, a brief description of the services. Your firm shall identify whether any projects identified in this response were completed independently or affiliated with another contractor (in a joint venture). Do not send photos at this time. Contracts / projects submitted must be similar in scope and dollar value to the work described in this sources sought. 4) Responders should demonstrate that they have the capacity to perform aspects of the types of work chosen as described in this synopsis, either by their in-house capabilities or through their teaming / subcontractors capabilities. 5) Cage code and DUNS number of your firm. 6) Firm's Joint Venture Information (if applicable). 7) Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. 8) Completed Geographical Location Selection Form attached to the announcement by selected which locations your firm would be willing to work. Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. ** RESPONSE DATE/TIME: Close of business Friday, January 22, 2021 ** EMAIL RESPONSES TO: Ryan Boisvert at ryan_boisvert@fws.gov. Include the reference number (140F0521R0004) in the subject line. .
Posted: Dec. 18, 2020, 1:10 p.m. EST

Overview

Response Deadline
Jan. 22, 2021, 12:00 a.m. EST (original: Jan. 15, 2021, 12:00 a.m. EST) Past Due
Posted
Dec. 18, 2020, 1:10 p.m. EST (updated: Jan. 8, 2021, 9:49 a.m. EST)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
77% of similar contracts within the Fish and Wildlife Service had a set-aside.
On 12/18/20 Fish and Wildlife Service Region 5: Northeast issued Sources Sought 140F0521R0004 for Multiple Award Task Order Contract (MATOC) for Design-Build construction servic due 1/22/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Boisvert, Ryan   Profile
Phone
None

Documents

Posted documents for Sources Sought 140F0521R0004

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 140F0521R0004

Award Notifications

Agency published notification of awards for Sources Sought 140F0521R0004

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought 140F0521R0004

Protests

GAO protests filed for Sources Sought 140F0521R0004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 140F0521R0004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 140F0521R0004

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > US FISH AND WILDLIFE SERVICE > FWS NORTHEAST REGIONAL OFFICE
FPDS Organization Code
1448-00005
Source Organization Code
100173186
Last Updated
Feb. 6, 2021
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Feb. 6, 2021