Skip to main content

An official website of the United States government

You have 2 new alerts

Cherokee National Forest Facilities Maintenance Across the Forest IDIQ

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Apr 12, 2023 03:12 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jun 10, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Chattanooga , TN 37421
    USA

Description

A Multiple Award Indefinite Delivery/Indefinite Quantity Contract (IDIQ) for construction related projects and services for the Cherokee National Forest in eastern Tennessee. The scope of work for this contract includes a broad range of facility maintenance, repair, remodeling, renovation, and new construction projects.

Work shall include the preparation of Task Order Proposals to include project scoping, cost estimating, and development of Task Order specific specifications/requirement. In addition, the contractor may be required to obtain all necessary permits, develop fire/erosion control/management/safety type plan(s), coordinate with private utilities providers, negotiate with State & local officials, and special consideration planning for development of the Task Order.

The IDIQ will allow for services to be ordered by the Government as needed and required.

It is the intent that all task orders will be competed among the IDIQ contract holders. Actions under $25,000 may be issued on a single award basis, or to a limited number of contract holders. Other actions issued as sole source will be in compliance with the FAR’s sole source or fair opportunity requirements.

The IDIQ contracts will have a shared ceiling of $7 Million. All task orders and subsequent modifications will not exceed $7 Million over the term of the contracts. The FS will have the right to recompete this requirement or use other contracting methods for similar work that could          fall under this IDIQ, at any point during the term of this contract. This is not a Requirements Contract. The Government is not obligated to award any task orders beyond the guaranteed minimum of $2,000.

Individual task orders may be issued up to $250,000.  Task Orders for construction over $35,000 will require Performance and Payment Bonds.

Any project specific requirements will be specified in individual Task Orders.

This is a 100% Total Small Business Set-Aside. The primary NAICS code is 236220 Commercial and Institutional Building Construction.  Other NAICS codes that may be applicable are:

  1. New Multifamily Housing Construction
  2. Industrial Building Construction
  3. Water and Sewer Line and Related Structures Construction
  4. Power and Communication Line and Related Structures Construction
  5. Highway, Street, and Bridge Construction
  6. Other Heavy and Civil Engineering Construction.

The small business size standard is $39.5 Million.

Contact Information

Contracting Office Address

  • SOUTHERN REGION 1720 PEACHTREE ROAD SW SUITE 876 S
  • ATLANTA , GA 30309
  • USA

Primary Point of Contact

Secondary Point of Contact

History