Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 15, 2020 SAM #6712
SOURCES SOUGHT

Z -- HI-HAKALAU FOREST NWR ROAD RESTORATION

Notice Date
4/13/2020 1:27:57 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
140F0120R0017
 
Response Due
4/23/2020 12:00:00 AM
 
Archive Date
05/08/2020
 
Point of Contact
Lautzenheiser, Karl
 
E-Mail Address
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on Contract Opportunities (FBO) web site (https://beta.sam.gov/). It is the potential offeror�s responsibility to monitor the Contract Opportunities (FBO web site for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 237310 Highway, Street, and Bridge Construction Small Business Size Standard: $39.5 Million Product and Service Code (PSC): Z2LB Repair or Alteration of Highways, roads, streets, bridges, and railways GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 12 has been tasked to solicit for and procure a firm-fixed-price for design/build road restoration services at Hakalau Forest National Wildlife Refuge, Hilo Hawaii (County- Hawaii). Work includes 1) Construct up to three permanent low water crossing stream channel fords in areas that have been severely eroded and cut during storm events; 2) Install a new solar powered electric entrance gate; and 3) Upgrade Pedro, Pua Akala, Entry, South Middle, and Greenhouse Roads. The total area for repair and improvement is approximately 5.85 miles long and 12' at the widest and includes grading, contouring and surfacing with gravel. These repairs and upgrades will improve sections of road that are used exclusively for mission critical activities. The traffic this road supports is typically 4-6 lightweight vehicles (ATV, or light duty trucks) daily. The proposed period of performance is anticipated to start during the summer months of 2020 and be complete no later than October 15, 2021. Project magnitude is between $1,000,000.00 and $1,500,000.00. A summary of proposed levee work is as follows: 1. GENERAL Background: Hakalau Forest National Wildlife Refuge was established in 1985 to protect and manage endangered Hawaiian forest birds and their rain forest habitat. Located on the windward slope of Mauna Kea, Island of Hawai�i, the 32,733-acre Hakalau Forest Unit supports a diversity of native birds and plants equaled by only one or two other areas in the State of Hawai�i. Hakalau Forest National Wildlife Refuge is located approximately 39 road miles northwest of Hilo, Hawai�i, and situated at an elevation between 2,500 and 6,500 feet. The terrain is rolling with gentle to steep slopes and is crossed with numerous gulches, streambeds, and channels. It is composed of a substrate of rock and scattered rock with deeper soil. The high to moderate rainfall creates muddy and marsh areas; the lower elevations are forested with koa and O�hia trees with a scattered understory of native plants. After Hurricane Lane in 2018, the Refuge incurred considerable damage to their road infrastructure that is in need of repair. There is approximately 45 miles of primitive jeep trails and upgraded gravel roads that are used to manage the refuges� natural resources. The steep terrain at the refuge increases the vulnerability of these access routes to severe damage from large storm events. Need: 1. Construct up to three permanent low water crossing stream channel fords in areas that have been severely eroded and cut during storm events. 2. Install a new solar powered electric entrance gate. 3. Upgrade Pedro, Pua Akala, Entry, South Middle, and Greenhouse Roads. The total area for repair and improvement is approximately 5.85 miles long and 12' at the widest and includes grading, contouring and surfacing with gravel. These repairs and upgrades will improve sections of road that are used exclusively for mission critical activities. The traffic this road supports is typically 4-6 lightweight vehicles (ATV, or light duty trucks) daily. Base Bid: Design and build two concrete low water crossings on South Middle Road, location identified on the drawings. Bid Option 1: Replace entrance gate with a solar powered automatic gate. Bid Option 2: Repair and improve Pedro Road (2.0 mile). Bid Option 3: Design and build a concrete low water crossing on North Middle Road, location identified on the drawings. Bid Option 4: Repair and improve Pua Akala Road (2.0 mile). Bid Option 5: Repair and improve Entry Road (.25 mi) Bid Option 6: Repair and improve South Middle Road (1.6 mile) Bid Option 7: Repair and pave Greenhouse Road. (500 ft) Bid Option 8: Prepare and stockpile gravel using on-site quarries. The gravel shall be 4"" minus and stockpiled in 100 cubic yard increments. 2. SCOPE After Hurricane Lane in 2018, the Refuge incurred considerable damage to their road infrastructure. Roads that remain impassable or damaged need to be re-graveled and/or upgraded to gravel with design and construction of water runoff control structures, such as water bars and concrete surface cross drains that are able to withstand future storm events. The roads will need to be sloped, dressed with gravel and compacted. A dirt road hardening agent may be employed for further resiliency to ensure that road fines do not wash away during storms. It is possible that rerouting may occur to avoid areas that are likely to become downslope drainage points. The development of additional rock from existing on-site gravel pits is also needed. 1. Base Bid: Design and build two concrete low water crossings on South Middle Road, location identified on the map. a. The low water crossings shall be designed to be overtopped by high flows and debris during storm events. The new crossings shall withstand 40 inches of rain within a 40 hour period. b. Streamflow is highly variable and the crossings have incurred damage from previous storms, including severe erosion and incision, as well as accumulation of silt, up to two or more feet in some areas. c. Design shall be stamped by a Hawaii licensed structural engineer. d. See photo example of Mana Road low water crossing. 2. Bid Option 1: Replace the Refuge entry gate with a new cantilever or rolling, power operated sliding gate with concrete footer and pedestal with keypad. Contractor is responsible for design and installation of gate based on the specifications below. a. Construction: 1) Demolish the existing entrance gate. 2) Provide all necessary site preparation including but not limited to surveying and layout, clearing, grubbing, grading, removal of debris required for proper installation and operation of gate. 3) Install new gate, posts and foundation, associated connections to existing fencing, power operators and controls for a complete functioning automatic gate. b. Gate: 1) Provide nominal 18' foot horizontal, electrically operated, cantilever or roller galvanized cattle gate assembly. Gate should cover existing roadway plus 6' on each side of road. Provide 6� high gate assembly. 2) Gate assembly: ASTM F1184 Type II, Class 2, internal rollers. 3) Manufacture to comply with safety requirements of ASTM F2200 and UL 325. 4) Gate shall prevent animals (cows, pigs, sheep) from entering the refuge. 5) Provide all necessary fittings and accessories for complete gate assembly. 6) Cover gate with hog wire fencing (see next). 7) WOVEN WIRE: High Tensile Steel Woven Wire Fabric (""Fixed Knot"" or ""Stiff Stay"" Cold Forged Knot), 13-48-6-12.5, Galfan, Bezinal or Zinc/Aluminum coating (95% zinc, 5% aluminum). Forty-eight or 72� inches tall woven wire will consist of at least 13 horizontal line wires, vertical stays and fixed knots spaced 6 inches apart. Horizontal spacing is graduated with the bottom gaps being the narrowest. 8) Posts: Set posts plumb in concrete footings in accordance with ASTM 567. Top of post footings to be at grade crowned to shed water away from post. Concrete to be minimum 2500 psi at 28 days. 9) Gate Concrete Footing: Design and install concrete footing approximately 24-36� wide for gate to roll on. 10) Provide all necessary fittings for complete installation. c. Power Operator: 1) Provide solar powered gate operator mounted on concrete pad. Extend pad minimum one foot in each direction beyond line of operator. Provide minimum 4"" concrete pad on 4"" of �"" minus gravel. Ensure operator is compatible with solar panel system. 2) Basis of Design: Viking H10 3) Size operator motor based upon gate span and weight. 4) Provide power, underground from solar panels to operator and from operator to controls. 5) Locate inside gate. d. Solar panels: 1) Basis of Design, Viking VA SOCHP Solar Panel Kit. Ensure compatibility with gate operator. 2) Locate inside gate. Install panels to face true South at a 30 degree angle from horizontal. e. Gate Controls: 1) Provide digital keypad. Mount on bollard at side of road. Locate and set height for easy access to key pad from person seated in vehicle. Provide on both sides of gate. Provide shroud to protect from weather. 2) Provide 20 gate controllers. 3. Bid Option 2: Repair and improve approximately 2.0 miles of Pedro Road. a. Road improvements shall include grading, contouring, gravel surfacing, and design and construction of water runoff control structures, such as water bars. A dirt road hardening agent may be employed for further resiliency to ensure that road fines do not wash away during storms. b. Cut back rock outcropping that runs along 400 feet of road. Provide a 10 foot clearance from road to outcropping and slope to 45 degrees. Outcropping is approximately 6 feet high next to road. c. Subgrade: 1) Prepare subgrade by grading, filling, and/or cutting to provide a smooth surface. Dig out and remove areas of saturated soils, fill and place geotextile over soft subgrade. 2) Preparation shall include removal of all vegetation within 5 feet of either side of roadway to provide enough clearance to mow and maintain road. Refuge staff will clear trees larger than 6"" diameter. 3) Grubbing material can be pushed to the side of the road and graded to fit the landscape. Road margins should be smoothed and groomed to facilitate drainage and mowing. 4) Ensure no grubbing material goes into drainage areas or onto native outplantings. Refuge will mark or remove native, rare and endangered plants within the construction area. 5) Deeply incised/entrenched areas shall be sloped back to less than 45o. d. Base Course: 1) Material: 4"" aggregate base course shall consist of crushed gravel or crushed stone, conforming to the quality requirements of AASHTO M 147. The aggregate shall be free from lumps, balls of clay, or other objectionable matter, and shall be durable and sound. 2) Placement: The aggregate shall be spread, processed, and compacted on the subgrade to a minimum of 8"" thick. 1) Placement: Since total thickness exceeds 4�, the gravel shall be placed in separate layers to achieve proper compaction and density. Apply water as needed. 2) In the event segregation occurs, the material shall be bladed until the various sizes of aggregate are uniformly and satisfactorily blended. 3) After being spread, the material shall be watered, mixed, shaped to the required section, and compacted. The completed course shall be smooth, true to grade and cross-section, and free from ruts, humps, depressions, and irregularities e. Gravel Surface Course: 1) Material: 1-2"" crushed gravel, conforming to gradation requirements. 2) Placement: The aggregate shall be spread, processed, and compacted on the prepared base course to a minimum of 2"" thick. 3) Compaction: The gravel surface coarse material shall be compacted as necessary to provide a strong gravel matrix. 1) Pneumatic (rubber tired) and/or vibratory rollers operated with tire pressures and wheel loads within the manufacturer�s recommended range are the most common means of compaction. Motor graders can be used to apply wheel compaction as well. f. Gradation of specified aggregate shall conform to Table 1: Gradation Requirements as closely as possible based on the crushed aggregate obtained from the pits. Table 1. Gradation Requirements Requirement Sieve Aggregate Base Course Percent Passing Gravel Surface Course Percent Passing 4"" 100 2"" 70-100 100 1-1/2"" 70-100 No. 4 5-25 5-25 No. 200 0-10 0-10 g. Road Profile: Shall be addressed based on the existing topography. Some areas will be narrower, but no less than the existing roadbed. Where appropriate the road profile shall be: 1) Outsloping is achieved by grading the surface at 3 to 5 % cross slope toward the downhill side of the road. It is anticipated most of the road will be outsloped due to lack of ditches. 2) Insloping is achieved by grading the road surface towards the uphill side of the road at a 3 to 5% grade. 3) Road Cross-Section Grading Patterns to Control Surface Drainage shall conform to Figure 1. h. Drainage: Surface Cross Drains shall be installed to intercept the longitudinal, or down-road, flow of water in order to minimize surface erosion, see Figure 2, for information only. i. Gravel: The contractor has the option to bring in equipment and at no charge may produce gravel at established pits located on the refuge to use as the aggregate on the project. See line item 10, gravel production, for more information. 4. Bid Option 3: Design and build a concrete low water crossing on North Middle Road, location identified on the drawings. a. The low water crossing shall be designed to be overtopped by high flows and debris during storm events. The new crossings shall withstand 40 inches of rain within a 40 hour period. b. Streamflow is highly variable and the crossings have incurred damage from previous storms, including erosion. c. Design shall be stamped by a Hawaii licensed structural engineer. 5. Bid Option 4: Repair and improve approximately 2.0 miles of Pua Akala Road. a. Road improvements shall include grading, contouring, gravel surfacing, and design and construction of water runoff control structures, such as water bars. A dirt road hardening agent may be employed for further resiliency to ensure that road fines do not wash away during storms. b. Conform to requirements set forth in Bid Option 2 for Pedro Road. 6. Bid Option 5: Repair and improve Entry Road, approximately .25 miles. a. Road improvements shall include grading, contouring, gravel surfacing, and design and construction of water runoff control structures, such as water bars. A dirt road hardening agent may be employed for further resiliency to ensure that road fines do not wash away during storms. b. Conform to requirements set forth in Bid Option 2 for Pedro Road. c. Address drainage issue on steeper road section that has caused rutting and erosion. 7. Bid Option 6: Repair and improve South Middle Road (1.6 mile). a. Road improvements shall include grading, contouring, gravel surfacing, and design and construction of water runoff control structures, such as water bars. A dirt road hardening agent may be employed for further resiliency to ensure that road fines do not wash away during storms. b. Conform to requirements set forth in Bid Option 2 for Pedro Road. 8. Bid Option 7: Repair and pave Greenhouse Road, approximately 500 feet. a. Furnish all design, materials, equipment, labor, and related items necessary to complete the work. b. The items of work to be performed shall include but are not limited to: 1) Subgrade preparation: Compact the subgrade to a depth of six (6) inches and three (3) feet beyond all areas to receive asphalt concrete paving 2) Base course and pavement surfacing: 8"" of compacted gravel and 5� of hot mix asphalt. 3) All other related items required to complete the work, including drainage elements, such as road sloping, ditches, and water bars as required to maintain road integrity during storm events. c. See Photo 10 for road map. 9. Bid Option 8: Prepare and stockpile gravel using on-site quarries. a. The Contactor shall provide all equipment, labor and materials needed to prepare and stockpile 4"" minus gravel from the active gravel pits on the refuge. b. The gravel shall be stockpiled in 100 cubic yard increments. 10. Gravel Production: The contractor has the option to bring in equipment and at no charge may produce gravel at established pits located on the refuge to use as the aggregate on the project. a. The Pedro Gravel Pit is located approximately 1 mile from the refuge field station headquarters. Historically it has supplied good gravel and the vein is substantial. The pit can be expanded around the rim, excluding the east rim that contains a large O�hia tree. The koa trees planted around the rim can be removed as needed. b. Additional Pedro Road pits (4) may be reopened by the contractor, at the contractor�s discretion but within bounds established by the Refuge Manager, to facilitate more efficient rock acquisition along the Pedro Road. c. The Pua Akala gravel pit may be used for additional rock sourcing. It is located approximately 3 miles from the refuge field station headquarters. d. One other additional pit on Pua Akala Road may be reopened by the contractor, at the contractor�s discretion but within bounds established by the Refuge Manager, to facilitate more efficient rock acquisition along the Pua Akala Road. e. Other pits and rock sources are also available and shall be identified by the Refuge manager. f. No blasting will be allowed for gravel. g. Outsourcing Aggregate: Outsourced material must be ant free and will be tested by refuge staff before entering the Refuge. If ants are found, the load will be rejected. Costs incurred for rejected materials will fall to the contractor. h. The contractor shall identify the method used in sourcing gravel in their bid. i. The contractor shall notify and coordinate all gravel deliveries with the Refuge Manager or representative. All gravel must be inspected prior to entering the site. 3. PLACE, DELIVERY, AND PERIOD OF PERFORMANCE 1. The construction work window is weather dependent and shall be completed during the drier summers months and not later than October 15, 2021. 2. All construction related work is located on the refuge roads of the Hakalau Forest National Wildlife Refuge, approximately 40 miles outside of Hilo, HI. The project is accessible on unpaved, ranch roads. 3. DELIVERABLES 1. Initial Project Schedule within 15 days of NTP being issued. 2. Executed bid schedule 3. Product submittals for road material, gate, Power Operator, Gate Controls, and Solar Panels including all associated manuals. 4. Design of low water crossings, gate, and layout of proposed gate installation, road realignment and water bars, and paved road. 5. Closeout Items 4. INSPECTION AND ACCEPTANCE 1. The work shall also be done in accordance with all applicable federal, state and local codes including the most current edition of the IBC, National Electrical Code (NEC), NFPA 101 Life Safety Code, ADA/ABA, and any other applicable disciplines of the International Code Council, as well as with accepted general industry standards. 2. The work shall be accepted when all the work is completed as described here within and in accordance with any contract documents. Work will be inspected to assure compliance with the contract documents, but quality control and adherence to all contract requirements is the responsibility of the contractor, as further described in CFR 52.246-12, ""Inspection of Construction"". 3. Inspections shall be performed by Refuge staff. 5. GOVERNMENT FURNISHED MATERIALS 1. In addition to the Availability and Use of Utility Services clause Federal Acquisition Regulation (FAR) 52.236-14, the Contractor shall furnish all temporary facilities and utilities needed including: heat, light, power, water, telephone, sanitary facilities, job offices, material handling equipment, temporary construction aids, and storage enclosures. If suitable USFWS water, electric, or other utility is present at the site, it may be used for construction purposes at no cost, only if it does not adversely impact the operations of the station and field station agrees to permit use. The Contractor shall provide and remove any temporary connections required. 2. Environmental Protocols for Entering the Refuge. 3. Technical Requirements 4. Water: Some water is available for the contactors use at the Pua Akala Barn, near the Pua Akala gravel pit. Some water may be available from the field station catchments, as well. 6. SPECIAL NOTICES AND INSTRUCTIONS 1. Campsites: Camps may be permitted with the following restrictions: a. Location: Near project or administrative sites and shall be approved by the COR to facilitate monitoring. b. Food scraps and human waste may be disposed of in shallow (10 inch deep) split latrines. Metal, plastic, and all other non-degradable refuse must be disposed of properly off of the refuge. c. No permanent structures may be built, such as tree houses, shelters, pit toilets, etc. d. Abandoned campsites must be restored to pre-existing conditions. e. Contactor shall remove all food, refuse, tools and materials upon completion of the project. f. Camps must be kept tidy at all times with all food items stored in appropriate containers to mitigate rodent and pest problems. 2. Native and Alien Plants and Animals a. Plants may not be removed from the Refuge. b. Contractor may not plant any vegetation. c. No pets or domestic animals are allowed on the Refuge. d. To reduce the spread of Rapid `Ohi�a Death and other invasive or destructive plants animals, insects and pathogens to the Refuge, the Contractor shall follow written protocols outlining the cleaning of gear, vehicles, equipment, clothing and footwear prior to entering the Refuge. 3. Equipment Staging Area: Located behind the maintenance shop. Fuel may be stored here with proper spill containment kits and procedures approved by the Refuge Manager. 7. AVAILABILITY & ACCESS 1. Pre-bid Site Visit: No formal pre-bridsite visit has been scheduled. Contact with Hakalau Forest NWR is required prior to a site visit. To schedule a site visit contact Tom Cady, Project Leader. 2. Unless approved by the Project Leader, the work week is Monday thru Friday, from 7:00 a.m. until 5:30 p.m., except federal holidays. Work shall be performed during these hours unless prearranged with the Refuge. The refuge is not open to the public. 3. Contractor shall notify the COR a minimum of seven (7) days prior to arrival on-site and/or needing access to any of the buildings. 4. The Refuge is accessed by Keanakolu county road, an unpaved dirt road. This road is not within our jurisdiction and will not be improved by FWS. 5. The Contractor is responsible for returning all refuge roads impacted by the construction to their original state. Keanakolu county road shall be used as needed in extremely wet conditions to prevent damage to Middle Road. 8. TECHNICAL COORDINATORS On-Site Tom Cady, Hakalau Forest NWR Project Leader 60 Nowelo St, Suite 100, Hilo, Hawai`i 96720 808-443-2300, X-229 thomas_cady@fws.gov COR Monique Chase, Project Engineer US Fish and Wildlife Service, Engineering Division 911 NE 11th Ave, Portland, OR. 97232 503-231-6948 (O) 503-706-5273 (C) Monique_chase@fws.gov CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for design/build road construction work listed under `GENERAL INFORMATION.' Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $350,000.00 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to asphalt replacement work listed under `GENERAL INFORMATION.' INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm's responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES.' 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government's project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PST) on April 23, 2020. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54263e15449a40d6bc9adf8fe14806bb/view)
 
Record
SN05619636-F 20200415/200413230149 (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 |
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.