The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB) to
compete and perform an IDIQ Firm Fixed Price Contract. The type of solicitation to be issued will depend upon the
responses to this sources sought synopsis. The Government must ensure there is adequate competition among
the potential pool of responsive contractors.
The Arapaho Roosevelt and Medicine Bow Routt National Forests and Pawnee and Thunder Basin National Grasslands has a requirement for Facilities Maintenance & Construction Indefinite Delivery - Indefinite Quantities Contract.
Types of maintenance or construction services include, but are not limited to, work on buildings and other structures; electrical systems; thermal and moisture protection; finishes; specialty items; equipment; furnishings; heating, ventilating, and air conditioning systems; fencing; water distribution systems; wells; wastewater treatment systems; chlorinators; sprinkler systems; and toilets. Additional services include masonry; locksmith; plaster and drywall; finish and rough carpentry; painting; signs; plumbing and pipe fitting; electrical (interior and exterior); sheet metal work and welding.
Area of work will be in the states of:
1. Colorado Counties: Boulder, Clear Creek, Grand, Garfield, Jackson, Larimer, Moffat, Routt, Rio Blanco and Weld
2. Wyoming Counties: Albany, Campbell, Carbon, Converse and Weston.
This will be an Indefinite Quantity Indefinite Delivery IDIQ. A multiple firm fixed price award is anticipated.
The estimated time for performance will be 365 calendar days, NAICS 236220.
The duration of the IDIQ would be for a base and four (4) option years. It is anticipated that a minimum of one task
order for at least one forest would be issued each year with a value between $10,000 and $150,000.
The estimated magnitude of this contract is between $150,000.00 and $750,000.00.
North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220, Commercial and Institutional Building Construction.
Small Business Size Standard for this acquisition is $33.5 million.
Prior Government contract work is not required for submitting a response under the sources sought synopsis.
It is anticipated that award may be based on "Best Value" to the Government. The estimated solicitation issuance
date is on or about February 2017, and the estimated proposal due date to be determined. The official Synopsis
citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available in February 2017.
If you have an interest in participating in this type of contract, please provide the following information:
1. NAICS Code(s):
2. Area that you would be able to service:
3. Company information: (i.e.: small business, 8a, veteran, service disabled veteran, small disadvantaged
business, HUBZone, or woman owned.) Please include contact information and email address.
Please reply to Star M Yeo, [email protected], phone number 303-275-5311 no later than January 20, 2017,
noon. Mountain Time.
In the event a solicitation is prepared and posted, all Offerors shall be registered to the System for Award
Management (SAM) in accordance to FAR 52.204-7 and FAR 52.204-8 to be considered responsive to this
solicitation.
Interested parties should register on-line and subscribe to receiving procurement announcements related to this
sources sought notice at www.fbo.gov. Any questions related to this notice shall be submitted in writing to the point of contact listed above.