Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOLICITATION NOTICE

Y -- Rehab Electrical Power Transmission System for Farallon NWR

Notice Date
7/2/2015
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F15PS00757
 
Response Due
7/17/2015
 
Archive Date
8/1/2015
 
Point of Contact
LAUTZENHEISER, KARL
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service has a requirement to rehabilitate the electrical power transmission system on the Farallon National Wildlife Refuge (NWR) off the coast of San Francisco, California in order to restore it back to a safe and fully operational condition. Project is unrestricted and will be open to any size business. Applicable NAICS code is 237130. Small business size is defined as $36.5 million or less annually when averaged over a three year period. Project to be completed between the approximate dates of August 16th of one calendar year and March 15th of the following calendar year due to wildlife restrictions. Additional work during other times of the year shall be schedule, planned and arranged with USFWS. Site Visit and Evaluation factors: A site visit date has not been set yet, but July 26, 2015 or August 2, 2015 (both on a Sunday) are tentative dates at this time. There is limited space on the boat for the site visit. Consequently, only the top ranked five (5) firms from the Proposal I submission will be permitted to attend the site visit and submit a final proposal under the Phase II proposal submission below. The top ranked five contractors will be allowed no more than two (2) representatives each to attend the site visit. Based on the programmatic needs listed in the associated Statement of Work for this requirement, interested contractors will provide an information package that lists your experience and qualifications for the following evaluation criteria: 1. Worked on 2 projects within the last 5 years on a small remote island requiring a minimum of 2 night overnight stay. 2. Worked on 2 projects within the last 5 years on state or federal lands that were part of a wildlife conservation area. 3. Certified licensed electrical contractor for the last 10 years and licensed in the state of California for the last 3 years. Information submitted in regards to above evaluation criteria for Phase I Proposal submission should include direct relevant experiences on projects of a similar scope and size. Include reference contact information for each project submitted. Phase II Proposal Submission: The top five (5) contractors selected under the above evaluation criteria for the Proposal I Submission will be the only contractors allowed to attend the site visit and submit a final proposal submission under Phase II. As paragraph 7 of the Statement of Work denotes, the preliminary site visit will introduce potential bidders to the conditions of the project and acquaint them with the unique conditions and requirements of the Farallon Islands. These preliminary evaluations during the site visit will be the only opportunity for prospective bidders to spend actual on-the-ground time researching the project before submitting their proposal packages. Based on the information obtained during the on-site scoping visit and any additional information from the USFWS, contractors shall identify a feasible concept-level alternative along with an estimated cost for complete planning/design and implementation of the project that would satisfy the programmatic needs. Contractors shall submit a written proposal along with any product information, maps and schematic drawings with enough detail for the USFWS to determine your approach, crew size, schedule, subcontractors involved, adherence to the applicable codes as well as your cost for this project. In determining the final contractor award selection, USFWS will perform a best value analysis on the proposals, reviewing the alternatives for technical adequacy and price reasonableness. Price is significantly less important than the technical proposal submission. Solicitation Number F15PS00757 and attachments will be posted to FedBizOpps on or about July 2, 2015. Questions are due from prospective bidders by close of business on July 9, 2015 and submitted to Karl_Lautzenheiser@fws.gov. An amendment with answers to all questions received will be issued directly thereafter and quotes for Phase I Proposal submission are due by 3 PM PDT on July 17, 2015. 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 by 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/F15PS00757/listing.html)
 
Record
SN03784483-W 20150704/150702234741-2657e3688dd07db02ffc8156c87fb39e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.