Pacific Region of USFWS Landscaping Design MATOC

expired opportunity(Expired)
From: Federal Government(Federal)
140F0520R0006

Basic Details

started - 06 Feb, 2020 (about 4 years ago)

Start Date

06 Feb, 2020 (about 4 years ago)
due - 15 Feb, 2020 (about 4 years ago)

Due Date

15 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
140F0520R0006

Identifier

140F0520R0006
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (63944)US FISH AND WILDLIFE SERVICE (8720)FWS NORTHEAST REGIONAL OFFICE (653)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

ORGANIZATION: U.S. Fish and Wildlife PROJECT TITLE: Pacific Region of U.S. Fish and Wildlife Service Landscaping Design MATOC IDIQ PROJECT LOCATION: Washington, Oregon, Idaho, Hawaii, California, Nevada, Alaska, Montana, and trust territories of the Pacific Islands. NAICS CODE: 541320 ¿ Landscape Architect Services - Size Standard - $8,000,000 PSC: C211 ¿ A&E General Landscaping CONTRACT TYP: Firm Fixed Price (FFP) TYPE OF ANNOUNCEMENT: SOURCES SOUGHT This is a Sources Sought announcement only. No proposals are being requested or accepted with this synopsis. 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 responses to this Sources Sought will help to shape the
acquisition strategy in developing a competitive requirement. A. SUMMARY OF REQUIREMENT: This Architect ¿ Engineering IDIQ will be for Landscape Design Services within the Pacific Region of U.S. Fish and Wildlife Service (locations specified above). Task order requirements may require hiring subcontractors and specialists in other related fields with technical expertise including, but not limited to: civil engineering, architecture, planning, structural engineering, transportation, visual communications and interpretation. Work consists of, but may not be limited to ; (1) Site development for headquarters sites, office and administrative facilities, visitor contact sites, maintenance and operations facilities, quarters facilities, and outdoor recreation sites; (2) Planting and irrigation; (3) Visitor facilities including: kiosks, overlooks, boardwalks, blinds and shelters; (4) Transportation facilities including: roadways, parking areas, trailheads, trails, and stormwater management infrastructure; (5) Signage, wayfinding and welcome and orientation elements including; directional signage and structures, informational signage and structures, and interpretive structures; (6) Landscape scale planning; (7) Design guidelines and other informational publications. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to complete the project in accordance with SOW requirements and all other terms and conditions. The purpose of this Sources Sought is to perform a market survey to gain knowledge of interest, capabilities and qualifications of interested Contractors for the general project description listed below. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The following are general capabilities required to perform the project: Statement of Work (Draft) are attached below the Sources Sought Response Requirements section. B. SOURCES SOUGHT RESPONSE REQUIREMENTS All business categories are invited to respond. Response Information: Interested firms should submit 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) Cage code and DUNS number of your firm. 4) Firm's Joint Venture Information (if applicable). 5) Statement that your firm is interested in submitting a proposal for this project if it is formally advertised. 6) Completed Geographical Location Selection Form attached to the announcement. Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence. RESPONSE DATE/TIME: Friday, February 14, 2020, 5:00 pm PT SUBMIT RESPONSES TO: Justine Pasiecnik, Justine_pasiecnik@fws.gov NOTE: This amendment has been incorporated to remove the requirement in the previous announcement that requested the vendor submit past experience. Please just submit items 1 - 6 listed above.

CONTRACTING  GEN SVCS DIV(00005) 300 WESTGATE CENTER DRIVE  HADLEY , MA 01035  USALocation

Place Of Performance : CONTRACTING GEN SVCS DIV(00005) 300 WESTGATE CENTER DRIVE HADLEY , MA 01035 USA

Country : United StatesState : Massachusetts

You may also like

FRP Pacific Region MATOC

Due: 17 Sep, 2026 (in about 2 years)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541320Landscape Architectural Services