SOURCES SOUGHT
99 -- Design-Build Lamar Feed House Bldg Rehabilitation
- Notice Date
- 10/3/2024 7:52:36 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FWS, CONSTRUCTION A/E TEAM 2 Falls Church VA 22041 USA
- ZIP Code
- 22041
- Solicitation Number
- 140FC225R0001
- Response Due
- 10/24/2024 11:00:00 AM
- Archive Date
- 11/08/2024
- Point of Contact
- Mohlis, Jeanne, Phone: 6127135215, Fax: 612713
- E-Mail Address
-
Jeanne_Mohlis@fws.gov
(Jeanne_Mohlis@fws.gov)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The United States Fish and Wildlife Service (USFWS), JAO, is conducting market research to determine the availability, interest and capability of potential sources qualified and able to compete for a contract to design and construct/rehabilitate the existing Feed House Building. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the beta.SAM.gov homepage. The Government shall not reimburse the costs of preparing responses to this request for information sources sought notice. NARRATIVE DESCRIPTION: The project consists of design, engineering and construction services for the rehabilitation of the Feed House building at the Lamar Fish Technology Center, Lamar, Pennsylvania. The Feed House Building was originally constructed in 1951 and is an existing building measuring approximately 52ft x 34ft (1,768 square feet). The rehabilitation of the Feed House building is required so that it can serve as an isolation facility to house wild-sourced eggs obtained from the Great Lakes, with an emphasis for Coregonine fish restoration. Isolation would allow for necessary fish health inspections before incorporation into a hatchery for production, research, or distribution to other hatchery facilities. An isolation system would allow separation of incoming fish from the rest of the facility, treat incoming and effluent water to maintain the integrity of the watershed and protect the species in isolation. Inclusion of a recirculation system within the isolation facility would minimize discharge, reduce water consumption needs, and allow for greater temperature control which may be increasingly important for hatching conditions for deep water Coregonines. Partitioning of systems for management of eggs and fish pre and post fish health testing, which is important due to the use of hatchery propagation for multiple species within the Great Lakes for restoration. Demolition of the existing building interior is being performed by the Government, as well as removal of any hazardous materials that may be present. The applicable NAICS code is 236220 - Commercial and Institutional Building Construction and size standard $45 Million applies. The magnitude for the project is between $1,000,000. and $5,000,000. EXPERIENCE: To be deemed a qualified source, your firm must have a verifiable minimal of five (5) consecutive years of construction experience of self-performing the construction of similar design-build projects and projects with a similar magnitude. Interested firms must be able to present experience as the prime contractor over a design-build construction project coordinating both the management oversight of Architectural and Engineering design firms and construction activities. INSTRUCTIONS: Interested firms shall respond no later than 1:00 PM, Central Daylight Time (CDT) on October 24, 2024. No telephone inquiries will be accepted and no additional information regarding the scope of work is available at this time. All responses to this notice must identify the Socio-Economic category of the small business respondent, name and address of company, name/phone number/email address of contact person, and company's SAM.gov Unique Entity Identification Number. All responses shall be submitted electronically to the Jeanne Mohlis, Contracting Officer, jeanne_mohlis@fws.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/98e23d82109841729f98275c88c05eb5/view)
- Record
- SN07233401-F 20241005/241003232525 (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 |