SOLICITATION NOTICE
Y -- Fence Project at James Campbell NWR
- Notice Date
- 7/31/2014
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181US
- ZIP Code
- 00000
- Solicitation Number
- F14PS01002
- Response Due
- 9/3/2014
- Archive Date
- 10/3/2014
- Point of Contact
- KARL LAUTZENHEISER
- E-Mail Address
-
karl_lautzenheiser@fws.gov
(karl_lautzenheiser@fws.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Fish and Wildlife Service has a requirement for fence project at James Campbell National Wildlife Refuge, Haleiwa Hawaii (Honolulu County). Magnitude of project is between $250,000.00 and $500,000.00. Period of performance is 150 days from issuance of notice to proceed. Proposals that do not include a twenty (20) percent bid bond of the total price quoted with their proposal submission will be considered nonresponsive. The successful awardee will be asked to provide a 100 percent payment and performance bond within 15 days of award. Project is a small business set-aside. Applicable NAICS code is 238990. Small business size is defined as $14 million or less annually when averaged over a three year period. Site Visit - Firms interested in attending a site visit will meet on August 19, 2014 at 10AM at the following address: 56-701 Kamehameha Highway, Kahuku, HI 96731. George Fisher is the site visit point of contact and if necessary, can be reached at office phone (808) 637-6330, ext 22 or cell phone (808) 478-1079. Questions from the site visit need to be email to Karl_Lautzenheiser@fws.gov by close of business August 21, 2014. Those questions will be consolidated and answers provided by issuance of an amendment the following week. Summary of Work: The fence project will assist with predator control and trespass issues at the Kii and adjacent units of James Campbell NWR, fence replacement (where existing fence is degraded) and installation (where no fencing exists) is needed. In many sections of these units, fencing is non-existent or degraded to the point where it offers little protection against predators and trespassers. Fencing material will consist of 4 ft high, 12.5 gauge, benzinal woven wire fencing, with 6 vertical spacing (1348-6-12.5). All fence post will be ACQ treated wood, with line posts being 8 x 4.5 and corner and brace posts being 8 x 6.5. Fencing will be fixed to post using 1.5, heavy gauge, galvanized u-nails. Gates will be constructed of galvanized steel (e.g. Powder River brand), with mesh panels welded on. Mesh size will be similar to fencing mesh size (4-6). Line posts will be spaced every 10 feet, with appropriate bracing (e.g. H braces) established every 200 feet, at corners, and ends of fence lines. At road crossings and access points designated by the Refuge Site Coordinator, approximately 25 gates will be installed to gate posts. Gates will be supported by posts and swing freely, not drag, and terminate within 4 inches of the opposite post. All fencing will be pulled tight and be installed flush with the existing ground. Refuge staff will direct the contractor as to where the final alignment of the fence and gates will be, as the map is meant to provide only a general overview of fence placement. Refuge staff will mow and flag the footprint of the final fence alignment prior to fence construction. All material, labor, and equipment used to install the fence will be provided by the contractor. Mowing of the fence foot print, final say on fence alignment, and technical guidance will be provided by refuge staff. All work on the project will take place during normal business hours, Monday Friday, 7am- 4pm. Work outside of these hours must be approved and arranged through the Refuge Site Coordinator. The contractor is required to make any adjustments in lengths based upon experience in adjusting for existing conditions such as ground slope and terrain. Basis for award will be Lowest-Priced, Technically-Acceptable. Lowest priced proposal will be based upon the combined total cost for units A through F (see bid schedule). If available funding at time of receipt of proposals is not sufficient to award all linear feet of fencing specified in the Scope of Work for units A through F, the Service will make a determination on whether an award can still be considered and if so, the basis for lowest priced proposal will be made to the contractor that can accomplish the greatest number of linear feet of fencing given available monies at time of award and remaining unfunded linear footage will be included as an additive bid item (should funding come up in the immediate future whereas remaining linear feet of fencing to be accomplished could be potentially be negotiated and included by modification thereafter). If the lowest priced proposal is technically acceptable, award will be made and no other proposals evaluated. If the lowest priced proposal is not technically acceptable, the Service will evaluate the next lowest priced proposal and so on until a proposal is identified to be technically acceptable. In determining whether a proposal is technically acceptable, the Service will be asking for a technical proposal (not-to-exceed five pages) that specifies at least one (1) project in the last three (3) years showing similar capability/experience in performing elements of work as described in the attached statement of work with similar site conditions. Additionally (in determining a proposal to be technically acceptable), a minimum of one (a) past performance rating questionnaires (refer to attachment 5 for past performance rating questionnaire provided with solicitation) shall be submitted directly from clients to the Contracting Officer (does not count toward the 5 page limit for the technical proposal submission) for past projects over the last five years that are similar in nature. Only past performance rating questionnaires received directly from clients of an offeror prior to the date/time of receipt for proposals will be considered and to be considered technical acceptable and the total rating for each past performance rating questionnaire received must average at least 3 (good) or higher. If available, existing information from the Past Performance Information Retrieval System (PPIRS) may also be used to supplement the evaluation of past performance and overall ratings from any PPIR rating on file must be satisfactory or higher to be considered technical acceptable. Solicitation Number F14PS01002 and attachments will be posted to FedBizOpps hereafter with proposals due on September 3, 2014 at 3PM PDT. No further notice will be posted on Fedbizopps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Mark Harris at 503-231-2209 or email to Mark_Harris@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS01002/listing.html)
- Record
- SN03444848-W 20140802/140731235443-1012519bb4cb29bdb0ca187042550e9f (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 |