SOLICITATION NOTICE
Y -- Recovery - Project # R1AA TAS::14 1613::TAS Construction of Visitor Center for Kelia Pond National Wildlife Refuge
- Notice Date
- 1/15/2010
- Notice Type
- Presolicitation
- Contracting Office
- Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Solicitation Number
- 10181RR314
- Archive Date
- 1/15/2011
- Point of Contact
- Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - TAS 1409/101613 Project R1AA AMERICAN RECOVERY AND REINVESTMENT ACT PROJECT The U.S. Fish and Wildlife Service, Region 1 office in Portland, Oregon has a requirement for new construction of an energy efficient Headquarters/Visitor Building at the Kealia Pond National Wildlife Refuge, Kihei, Maui Hawaii. The contractor shall furnish all management, supervision, labor, materials, equipment, and incidentals required for construction. The following is a brief description of the work requirements for this contract: New construction includes concrete and masonry walls, structural floors, casework, doors, frames, hardware, interior glazing, finishes, toilet and shower partitions, signage and other specialties. Also included, a fire suppression system and fire detection/alarm system, plumbing and plumbing fixtures, HVAC, electrical and lighting. All other requirements associated with new construction, and the re-furbishing of the existing basketball court. This acquisition is being advertised as FULL AND OPEN COMPETITION and any resultant contract award will be issued pursuant to FAR Part 19, Subpart 19.10, Small Business Competitiveness Demonstration Program. In accordance with FAR Part 36.204(f) the magnitude is between $1,000,000.00 and $5,000,000.00. The primary North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction with a size standard of $33.5 million. Prior to award of any contract to a large business, the Service contractor, if not a small business, will be required to submit and have FWS approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. A small business subcontracting plan will be included as an attachment to the solicitation package. The proposed procurement listed herein is not set aside for small business. All responsible sources may submit an offer. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. CAUTION: This solicitation will be issued electronically as will any amendments thereto. As a result of the posting, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals, however trivial the affect, may render your proposal nonresponsive and result in the rejection of same. If amendment(s) should be issued and posted to FedBizOpps, they must be signed and returned or acknowledged on the reverse of the Standard Form 1442. Interested parties may register for automated notification of postings. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the pending solicitation or any follow up information requests. Solicitation number 10181RR314, to include all attachments, will be made available by February 5, 2010 (approximate) and will only be available electronically through a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at www.fedbizopps.gov or http://ideasec.nbc.gov. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6707. No hard copies of the solicitation, supporting documents and applicable amendments, if any will be provided. Drawings for this project will be accessible by a web site listed as a link in the solicitation package. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the website and an FTP site that will be identified in the solicitation. For assistance in downloading information from the National Business Center, please contact their helpdesk at (703) 390-6707. Interested contractors must be registered in the Central Contractor Registration www.ccr.gov (CCR) and complete Online Representations and Certifications (ORCA) at www.bpn.gov. Solicitation is anticipated to be issued on or about February 5, 2009, which would put the response date at March 8, 2009 at 3:00 PM (PDT). The proposed non-commercial, firm fixed price construction contract would be awarded to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and past performance considered, using competitive best value source selection in which competing offeror's past performance will be evaluated as significantly more important than cost or price considerations. A bid guarantee for 20 percent of the bid price will be required with proposal submission. To be considered for award, contractors must be active in the Central Contractor Registration database. This can be accomplished on line at the web site https://www.bpn.gov/ccr/default.aspx. Representations and Certifications can be completed online at the business partner network web site http://www.bpn.gov/. The successful awardee will be required to furnish performance and payment bonds for 100 percent of the contract price within 15 days after contract award, along with proof of insurance for amounts specified in the solicitation. A notice to proceed will be issued upon receipt of insurance and bonding. Construction will be required to begin no later than June 30, 2010 with an estimated Period of Performance of 365 calendar days from issuance of notice to proceed for completion date of project. Technical questions may be directed to Randy Schmeller at (503) 231-2343 and contracting questions may be directed to Karl Lautzenheiser at (503) 231-2052.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/10181RR314/listing.html)
- Place of Performance
- Address: Kihie, HI
- Zip Code: 96753
- Zip Code: 96753
- Record
- SN02043222-W 20100117/100115235105-d056a4c35673cc7dc04b2995f6cc637a (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 |