SOLICITATION NOTICE
Z -- MIDWAY ATOLL NWR PAPI LIGHT SYSTEMS
- Notice Date
- 4/7/2020 1:37:57 PM
- Notice Type
- Presolicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
- ZIP Code
- 97232
- Solicitation Number
- 140F0120R0010
- Response Due
- 5/22/2020 12:00:00 AM
- Archive Date
- 06/06/2020
- Point of Contact
- Lautzenheiser, Karl
- E-Mail Address
-
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price to provide Design/Build and construction support services to demo the concrete PAPI pads and install the new PAPI system and adjust them as needed during the 2021 scheduled overflight to ensure compliance and certification for FAA of the Henderson Airfield Runway at the Midway Atoll National Wildlife Refuge. Project is set-aside to small business concern. Applicable NAICS code is 238210. Small business size is defined as $16.5 million or less annually when averaged over a three year period. The government estimates the PAPI system replacement can be completed in 4 � 6 weeks, but is allowing 60-days for the contractor to complete the required demolishing and installation. Construction work can be done during any month of the contract performance period starting in October 2020, but it recommended it be completed before the bulk of bird migration back to Midway occurs (normally around the middle of November). Project magnitude is between $250,000.00 and $500,000.00. NOTE: Davis Bacon Wage Rates do not apply to Midway Atoll National Wildlife Refuge. Non-UIS citizens can complete work on Midway Atoll National Wildlife Refuge Site Visit: Due to remoteness of site, unavailable for this requirement. Date for submission of Questions: Contractors should submit any questions on this project directly to Karl Lautzenheiser at karl_lautzenheiser@fws.gov by no later than close of business on Wednesday, May 6, 2019. Questions will be consolidated and answers provided by issuance of an amendment directly thereafter. Government furnished items that have already been procured from Airside Solutions, Auburn WA and are available to be used for this project are as follows: Qty Item Description 2 W-LPLF/B4100 LED PAPI B L-880 ; 2.8-6.6 AMP ; 50/60 HZ ; 4 LIGHTS ; 316 STAINLESS STEEL ; STYLE B CURRENT DRIVEN 8 W-35C0082 L830-6 ; ISOLATION TRANSFORMER ; 200W ; 6.6 A / 6.6 A ; AMERACE 10 W-2124/2 L867B BASE CAN ; GALVANIZED STEEL ; 12"" x 24"" ;WITH (2) 2"" THREADED HUBS AT 0*, & 180* ;INTERNAL & EXTERNAL GROUNDING LUGS 8 W-1932G L867B BASE PLATE ; 1/8"" THICK ; 2"" THREADED HUB ;STEEL ; WITH GROUND LUG 2 W-4000/6 L868B COVER PLATE ; 3/8"" THICK ; GALVANIZED STEEL 1,000 W-389171 L824 ; # 8 AWG ; 5kV ; TYPE C ; XLP ; NON-SHIELDED ;NON-JACKETED ; BLACK ADB # : 89A0118 10 W-70A0012/CK L823 PRIMARY CONNECTOR KIT ; # 8 AWG STRANDED ; STYLE 3 PLUG / STYLE 10 RECEPTACLE ; 0.300"" - 0.400"" O.D. ;WITH SPECIAL SEAL AND GRIP ;INTEGRO PART #: 11805-01 2 W-94A0690/A4 L880A(L) PAPI CORD SET, LONGER LENGTH;VOLTAGE DRIVEN; 4 BOX 10 W-G02 2"" RUBBER GROMMET 0.00 STATEMENT OF WORK: The Statement of Work for this project reads as follows: 1. GENERAL: The US Fish and Wildlife Service, Midway Atoll National Wildlife Refuge, has a request for construction services to install PAPI lighting for certification on the Henderson Airfield Runway at the Midway Atoll National Wildlife Refuge. The work shall be awarded as a design build performance based contract. 2. BACKGROUND: Henderson Airfield is a non-regulated FAA ETOPS (Extended-range Twin-engine Operational Performance Standards) Alternate runway located on Sand Island of the Midway Atoll NWR. It was originally part of the Naval Air Station on Midway that was in operation off and on since the early 1940's and was finally closed in 1993. In 1996 management of Midway was transferred to the US Fish and Wildlife Service. The airfield has operated as an ETOPS Alternate runway since 2004. The current Master Plan update has identified that the PAPI lights need to be replaced due to electrical shorts in the current wiring system. In addition, the concrete pads that the PAPI lights are mounted to need to be removed and replaced such that they are flush with the existing airfield. 3. SCOPE: Provide Design/Build and construction support services to demo the concrete PAPI pads and install the new PAPI system and adjust them as needed during the 2021 scheduled overflight to ensure compliance and certification for FAA of the Henderson Airfield Runway at the Midway Atoll National Wildlife Refuge. The government estimates the PAPI system replacement can be completed in 4 � 6 weeks, but is allowing 60-days for the contractor to completed the required demolishing and installation. More specifically the contractor shall provide all labor, equipment and materials necessary to perform the following tasks: a) Task 1: Planning/Design Services for the PAPI 1) Perform field investigation as needed to perform proposed work. 2) Plan, design and provide the appropriate construction documents to construct the aforementioned project for approval by the FWS and FAA. 3) Contractor shall be allowed one site visit to complete field investigation and material development requirements, based on availability of seats, on existing contracted flights, the site visit will most likely require the contractor remain on Midway for two weeks, unless they can complete all required prep work remotely, contractor is allowed to send only one person for the site visit. 4) Contractor shall isolate any dissimilar metals for the PAPI lights and associated connections to minimize environmental impacts to the lighting system. However, FAA standards shall govern the installation. For example, the contractor may use EMT to adjust the height of mounting legs to ensure FAA ETL certification requirements. 5) Contractor shall reference FAA Part 139 for the concrete pads. 6) USFWS shall provide L880B LED PAPI light system and components listed the attachments by ADB Safegate. 7) Deliverables: (1) Provide detailed work plan to include days required to complete work, materials needed, logistical timelines, number of personnel, and transportation requirements. (2) Contractor shall utilized electronic project management software throughout the project. Contractor shall use Submittal Exchange or equivalent software. (3) Provide detailed costs associated with completing this task. b) Task 2: Construction Services for the PAPI installation: 1) Mobilize all labor, equipment and materials to the site. 2) This item shall consist of demolition of the existing Precision Approach Path Indicators (PAPI) and furnishing and installing new LED PAPI in accordance with these specifications. This task shall also include all wiring and cable connections, the furnishing and installing of all necessary conduits and fittings and all necessary mounting structures. It shall also include the testing of the installation and all incidentals necessary to place the LED PAPI light units in operation as completed units to the satisfaction of the Engineer. 3) Remove existing PAPI system and install the new PAPI system IAW FAA standards to include, but not limited to: AC150/5345-28F, AC 150/5340-30H, FAA EB67D. Contractor shall also coordinate with the FAA Navigation Services Technical Lead, Mr. Donald Lampkins (202) 267-7332 as required. 4) DEMOLITION OF EXISTING PAPI LIGHTS. The contractor shall provide all labor, equipment and material necessary to remove and dispose of the existing PAPI lights. The contractor shall then prepare the existing concrete base for installation of the new PAPI lights. The contractor shall be responsible for any modifications necessary in the existing base for the proper installation of the new PAPI�s. Any new holes/penetrations shall be of the proper size and sanded/filed smooth to minimize damage to new components. Unused holes/penetrations shall be filled with a neat cement grout or similar non-shrink material to minimize migration of moisture into or through the concrete base. 5) PLACING THE PAPI LIGHTS. The contractor shall furnish and install the LED PAPI system as specified in the proposal and as required by the manufacturer�s requirements. The LED PAPI shall be mounted on a concrete base at the location of the previous PAPI lights as shown on the plans. The LED PAPI shall be vertically aligned according to the requirements in the plans using the aiming procedures detailed by the manufacturer. The tilt sensor shall be set on all Single Channel PAPI Light Units according to the manufacturer�s instructions. 6) TESTS. The system shall be fully tested by continuous operation for not less than 24 hours as a completed system prior to acceptance. The test shall include the functioning of each intensity control in both Remote and Local not less than 10 times at the beginning and end of the 24-hour test. 7) Demolish and remove existing PAPI mounting pads and construct new pads that meet FAA slope requirements, the existing pads exceed 3/8� FAA 139 standards above pavement. New pads shall meet FAA 139 standards and not present an aircraft hazard. 8) Contractor shall utilize to the maximum extent possible the existing conduits. 9) Contractor can assume 20% of the existing conduits maybe compromised and may require repair to include replacement sections. 10) All existing PAPI fixtures, mounting hardware, wiring, connections, boxes, etc. shall be removed, disposed of, by removal from the island, and replaced with USFWS system, system details are provided in attachment 1. 11) Contractor shall ensure all new connections are water tight to prevent shorts from occurring when the system becomes saturated with water. Connections shall be made in such a way that they can be fully submerged in saltwater/groundwater for an extended period. 12) Coordinate materials, equipment, lodging, material storage and other issues as required with the Midway support contractor. 13) Coordinate logistical support with Midway Refuge staff. 14) Clean up and demobilize all labor, equipment and materials from the site. 15) Complete the USFWS closeout process. Provide electronic copies of all daily project progress reports, project photos, certifications, etc. 16) PAPI system shall be operational to the maximum extent possible, but shall not be down for more than 60 days during the construction period. 17) Deliverables: (1) Complete installation of a PAPI system that meets FAA specifications and standards. (2) Provide detailed work plan to include days required to complete work, materials needed, logistical timelines, number of personnel, and transportation requirements. (3) Provide detailed costs associated with completing this task. c) Task 3: Certification services for Overflight: 1) Contractor shall have a representative present for the FAA overflight in 2021 (Tentatively scheduled for summer 2021) to adjust and correct the PAPI system to ensure certification and compliance. 2) Contractor shall have a manufacturer�s representative present for system commissioning and compliance certification. 3) Contractor should plan to be on Midway for a two-week period to arrive prior to the flight and remain until the flight is completed and certification is achieved. 4) Contractor shall be allowed to send three (2) personnel to complete the certification and inspection work, with one being a manufactures representative of the PAPI system. 5) Deliverables: (1) FAA Certified PAPI light system that meetings the lighting requirements of Title 14, Code of Federal Regulations (CFR) Part 139, Certification of Airports, Section 139.311, marking, Signs and Lighting. (2) Meet AC 150/5340-30H Paragraph 7.7.f �clarify PAPI commissioning requirements�. (3) Staff certification and training documents. (4) Provide detailed costs associated with completing this task. d) Task 4 Logistics Support for Project: 1) Contractor shall utilize USFWS contracted assets for logistics to support this project. A list of applicable fees is located at: https://www.fws.gov/refuge/Midway_Atoll/Fee_Schedule.html#Labor_and_Equipment_Fees 2) Advanced site visit shall be completed during a 2020 regularly scheduled flight, dates will be provided after contract award. Contractor is allowed one seat each way and may be on island for up to two weeks. 3) All project materials needed to be transported to Midway in support of the PAPI portion of the project shall be required to be transported on the USFWS contracted vessel (Imua, or similar) sailing. After contract award, sail dates shall be provided, ships are booked 3-4 months in advance and depart from the Honolulu Port on Oahu, HI. 4) Contractor shall be responsible for storing and transporting all materials and supplies to the port. Midway has limited cargo-moving options. The island has one operational 10K forklift, so materials that need to be transported around the island such as shipping containers cannot exceed 20� long and have a maximum weight of cargo and container of 10 tons. The crane on Midway can safely lift a maximum of 25 tons of cargo from the contracted ships. However, cargo this heavy can only be moved from the ship to the dock, then it must be unloaded and transported around the island by hand or smaller vehicles, there is no equipment on island that can relocate heavy cargo. For example, this project requires concrete; one shipping container could contain 20 tons of concrete combined with the shipping container to weigh 25 tons. This container can be relocated to the dock, but then would have to be unloaded to be moved around the island. 5) Shipping containers are limited to 20� long and a max weight of cargo and container combined cannot exceed 25 tons. 6) Contractor maybe required to utilize multiple sailing to transport all materials to Midway depending on other Midway cargo requirements and the contractor�s cargo requirements. 7) USFWS will allocate one dedicated contract flight (7 Passengers maximum) for the work crew to Midway and one dedicated contract flight to return. Lodging, meals, equipment shall be provided at the current Midway fee schedule located at the website listed above. Other personnel transport shall be on a space available basis. 8) The contractor shall be responsible for chartering their own flight or reimburse the USFWS for the cost of an additional flight using the USFWS existing Midway Flight contract if additional seats are required to complete the work. 9) Contractor may utilize remote site supervisor and/or project manager for the project, a dedicated site supervisor or project manager is not required to be present on island during construction. 10) All personnel transportation request for either a seat on the rotational flights or berths in the USFWS contracted vessel (Imua, or similar), shall be requested in writing at least 60-days prior to the travel date. Contractor shall provide USFWS will all the required traveler information for the USFWS to process the request no later than 30-days prior to the approved travel date. 11) For logistic support, the USFWS plans for the contractor to utilize existing USFWS contracted vessel (Imua, or similar), contracted sailings to transport any required materials. Materials required to support this contract must be pre-coordinated to ensure the USFWS contracted vessel can support both the materials for this project as well as other routine cargo. Logistical support shall be coordinated, as far in advance as possible, but basic cargo information must be locked in at least 30-days from the projected sailing date. This info shall detail the amount of space requested and estimated material weights. 12) Contractor is responsible for transporting all materials to the Honolulu port of departure for the USFWS contracted vessel. 13) Contractor shall prepare to pack and transport all demolished materials, waste, etc. back to Oahu for disposal on regular USFWS contracted vessel sailings. 14) Contractor shall dispose of all waste transported back to Oahu. 15) 30-day minimum advance notice 16) Contractor shall provide detailed project schedule 17) Deliverables: (1) Travel information for all personnel required to travel to Midway (2) Cargo logistical details (3) Shipping manifests and other logistical support data (4) Detailed project schedule (5) Contractors estimate of how many days� staff will need to be on island to complete the work. 4. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: All planning and design work shall be completed where required by the prime contractor and their approved subcontractors. All survey and construction related work is located in or around the Henderson Airfield Runway 6-24 at the Midway Atoll National Wildlife Refuge. Construction work can be done during any month of the contract performance period starting in October 2020, but it recommended it be completed before the bulk of bird migration back to Midway occurs (normally around the middle of November). 5. INSPECTION AND ACCEPTANCE: The work shall be done in accordance with the requirements of the contract by this project specific SOW. Applicable codes and standards shall include: a) Approved plans and specifications along with all applicable federal regulations. b) Nationally recognized codes and standards such as: 1) American Society of Testing Materials (ASTM) 2) FAA AC 150/5300-13A, AC-150-5370-10G 3) 2020 National Electric Code (NEC) 4) 2018 (IBC) International Building Codes 5) Applicable OSHA construction standards. 6) 2020 National Fire Protection Association (NFPA) 7) It shall also comply with all requirements of The Henderson Airfield Master Plan and the Panahanaumokuakea MNM permitting requirements. The work shall be accepted when all the work is completed as described here within and in accordance with any contract specifications. Work will be inspected to assure compliance with the contract documents. However, quality control and adherence to all contract requirements is the responsibility of the contractor. 6. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: Any historical reports, information and construction related documents that are in the possession of the US Fish and Wildlife Service associated with Henderson Airfield and the Seawall that may assist in the design and construction of the project shall be made available upon request. Air transportation to and from Midway Atoll is available by a government contracted charter service. It shall be used and paid for by the contractor unless it is deemed unavailable to meet the project schedule or not the most cost effective option. Room and boarding on Midway Atoll shall be as provided by the government�s BOSS contractor at the most current Midway Atoll NWR rate schedule and shall paid for by the contractor. 7. AVAILABILITY: Normal duty hours are Monday through Friday 8:00 am to 4:30 pm. Work shall be performed during these hours unless prearranged with the Refuge Manager. Federal holidays not included. 8. LIQUIDATED DAMAGES: Contract shall have liquidated damages in the following amounts. a) Missing Overflight Coordination/Certification $150,000.00 (Cost of scheduling a replacement flight) b) Personnel missing a reserved contract flight (Actual cost of seat, estimated at $1,700.00) c) Personnel failing to complete the required tasks on island within the agreed upon project schedule (Actual logistical costs, per diem/lodging/equipment rental, estimated at $300/day) 9. REFUGE POINT OF CONTACT: Steve Barclay, Deputy Refuge Manager Midway Atoll National Wildlife Refuge 1082 Makepono St Honolulu, HI 96819 808-954-4818 stephen_barclay@fws.gov 10. TECHNICAL COORDINATOR/COR: Robert Moriarty, Project Manager US Fish & Wildlife Service, R1/7/8, Division of Engineering 911 NE 11th Ave Portland, OR 97232 503-736-4440 lynn_moriarty@fws.gov BASIS FOR AWARD The ""Lowest-Priced, Technically-Acceptable (LPTA)"" Source Selection Process shall be utilized in accordance with (IAW) FAR Part 15.101-2 as the basis for award. The lowest priced proposal will be based upon the combined total cost for all bid items. Award will be made on the basis of the lowest evaluated price of an offer meeting or exceeding the acceptability standards for non-cost factors. There will be two (2) non-cost evaluation factors: Recent Relevant Experience and Recent Relevant Past Performance. To receive consideration for award, a rating of no less than `Acceptable� must be achieved for Recent Relevant Experience and Recent Relevant Past Performance. The Government will first conduct a price analysis to determine fairness, reasonableness and if unbalanced pricing exists. Offerors proposals will then be ranked from the lowest to the highest-priced. The Government will then evaluate the technical proposal of the apparent, lowest-priced offeror. If the apparent, lowest-priced offeror's technical proposal is ""Unacceptable"" the Government will then evaluate the technical proposal of the apparent, second lowest-priced offeror. This process will continue until a lowest-priced offeror's technical proposal is ""Acceptable."" Once the Government identifies the lowest-priced, technically-acceptable offeror, an award will be made and no other proposals will be evaluated from offerors who proposed higher pricing. FACTORS TO BE EVALUATED The following evaluation factors and will be used to evaluate each proposal: FACTOR 1 - RECENT RELEVANT EXPERIENCE FACTOR 2 - RECENT RELEVANT PAST PERFORMANCE FACTOR 3 - PRICE Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Evaluation of the offeror's proposal shall address each factor as it applies to the statement of work, specifications and drawings. A detailed explanation of the criteria for the evaluation is set forth in paragraph c below (Evaluation Approach) below. An offer will receive an `Acceptable� rating if it meets the minimum requirements of all evaluation factors described below. EVALUATION APPROACH FACTOR 1 - RECENT RELEVANT EXPERIENCE Offerors shall be evaluated to determine whether they have performed similar contracts, in terms of scope and price, to the work required within the solicitation. Offerors shall provide the minimum requested project information on at least one (1) recent, relevant project for similar design/build PAPI systems as described in the above Statement of Work. A maximum of five (5) pages is allowed for the experience evaluation factor. Projects do not have to have been with a Federal Agency to be considered. Include the following information with project examples: 1) Name and location of project 2) Date started and date completed 3) Reference information � telephone and e-mail address for client that can be contacted regarding project 4) Description of project, service type (what is being pumped), elements of work performed (procurement, installation, start-up, etc.) 5) Number of pumps and nominal size and pumping capacity 6) In-water work and familiarity with dewatering. These could be included in the projects above or non-pump station projects. 7) Structural (demo, salvage and rehabilitation of existing concrete structures, fabrication and installation of steel � trash rack, pre-fab FRP structure, etc.) 8) Mechanical (piping and pump intake installation) 9) Electrical A project is considered `recent' if it has been completed within the past five (5) years or is currently ongoing (but at least 25% complete). A project is considered `relevant' if it is similar in terms of scope and price to the work required within the solicitation. To be considered similar in scope, projects shall demonstrate work experience in the areas stated above and each of those projects shall have a contract value of at least $250,000.00 or more. Please note that FACTOR 1 (Recent Relevant Experience) differs from FACTOR 2 (Recent Relevant Past Performance). FACTOR 1 determines whether or not an offeror has performed similar work whereas FACTOR 2 evaluates how well the offeror performed. FACTOR 1 RECENT RELEVANT EXPERIENCE Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation for this factor. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation for this factor. FACTOR 2 - RECENT RELEVANT PAST PERFORMANCE Offeror's past performance shall be reviewed to determine relevancy and confidence assessment. Offerors shall provide at least one (1) recent, relevant project for similar design/build PAPI systems as described in the above Statement of Work (five page limit). Projects shall include current points of contact and phone numbers. The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data. In addition to scope, each project shall have a current or final contract value greater than $250,000.00 and have been completed within the past five past five (5) years or be currently ongoing (but at least 25% complete). Projects do not have to have been with a Federal Agency to be considered. Offerors may submit the same projects as those proposed for FACTOR 1 (Recent Relevant Experience). In addition, offerors shall include any past performance evaluations from the Contract Performance Assessment Reporting System (CPARS) that have been completed in the last five years that are similar in nature to the work described in the Statement of Work for this requirement. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Contract Performance Assessment Reporting System (CPARS), using all CAGE / Unique Entity Identifiers (i.e. DUNS) of team members (i.e. partnerships, joint ventures, teaming arrangements or parent companies / subsidiaries / affiliates) identified in the offeror�s proposals, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the offeror. FACTOR 2 RECENT RELEVANT PAST PERFORMANCE EVALUATION RATINGS DEFINITION Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance IAW FAR 15.305(a)(2)(iv); therefore, the offeror shall be determined to have unknown past performance. In the context of `Acceptable� / `Unacceptable,� unknown past performance shall be considered `Acceptable.� FACTOR 3 - PRICE Price - the total value of all tasks combined will be assessed to determine the overall Price Fair and Reasonable. If any of the tasks appear to be unbalanced, a review of the breakdown of each task will be conducted. Offeror's prices for each item within the bid schedule shall represent the best price in response to the solicitation. Prices will be evaluated using price analysis IAW FAR 15.404-1(a)(2) and 15.404-1(b). Prices shall be evaluated to determine fairness, reasonableness and if unbalanced pricing exists. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated. If price analysis techniques indicate that a proposal is unbalanced, the contracting officer shall consider the risks to the Government associated with the unbalanced pricing. An offer may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government (no page limit). Solicitation Number 140F0119R0010 with attachments is being posted on or about April 22, 2020 with proposals due by 2 PM PT on May 22, 2020. Proposals submitted by mail channels must be received by no later that date/time specified with a 20 percent bid bond or proposals can be emailed to karl_lautzenheiser@fws.gov along with a copy of the bid bond and the original bid bond must also mailed no later than the date/time for receipt of proposals. 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://beta.sam.gov/ and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f095dd29d22741ae855add57e7cf4b91/view)
- Record
- SN05612805-F 20200409/200407230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |