SOLICITATION NOTICE
Z -- Historic Lighthouse/Keeper's House Rehabilitation at Matinicus Rock Island
- Notice Date
- 6/17/2010
- Notice Type
- Presolicitation
- Contracting Office
- U.S. Fish and Wildlife Service - R5 Contracting & General Services300 Westgate Center Drive Hadley MA 01035
- ZIP Code
- 01035
- Solicitation Number
- 50181AR015
- Response Due
- 7/8/2010
- Archive Date
- 6/17/2011
- Point of Contact
- Dale Aubin Contracting Officer 4132538230 Dale_Aubin@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
- The U.S. Fish and Wildlife Service (USFWS), Region 5, is planning a solicitation for the Rehabilitation of the Lighthouse and Lightkeeper's House, located on Matinicus Rock Island, which is a part of the Maine Coastal Islands National Wildlife Refuge, Rockland, Maine. This solicitation will use a multi-step technical evaluation/proposal process as outlined in the Federal Acquisition Regulation (FAR), Part 15. The ultimate contract award will be based on a 'Best Value Continuum'. The project consists of the rehabilitation of the lighthouse/ keeper's house located on Matinicus Rock Island, approximately 27 miles off the coast of Rockland, ME. The entire complex of structures on the island are listed on the National Register of Historic Places; therefore, the Secretary of Interior Standards for Historic Preservation shall be followed. The goal of this project is to rehabilitate and stabilize the Lighthouse/ Keeper's House. The work shall include demolition, re-pointing existing stone masonry and brickwork, rough and finished carpentry, replacement of the existing roof, replacement of doors and windows, exterior and interior finishes and painting, replacement of lighthouse glazing and railing and all electrical work as required to provide a weather tight, complete and operational facility. Access to the site will be by boat or helicopter and will be weather dependant. Access to the site will be based upon such factors as the tides, wind direction and velocity, wave action and height and the time of year. Mobilizing and demobilizing to and from the site will present challenges, coordination, scheduling and safety issues not typically found in general construction projects. The Contractor will be responsible for bringing and off-loading all supplies and materials to the island and the removal and disposal of all demolition materials and debris off the island. The Contractor will be required to bring generators for electrical power and water to complete the work. Based upon biological restrictions on the island the work shall not start until on or about August 15, 2010. The weather deteriorates significantly as we move into the late fall. The Contractor's workforce may stay on the island while the work is underway. The estimated magnitude of construction for this project is between $250,000 and $500,000. The NAICS is 238390. This procurement is unrestricted. As part of the first step, which is the technical evaluation process, interested firms shall submit, in writing, their qualifications based on listed requirements below. Those determined qualified will be asked to submit a cost proposal (step two) in accordance with FAR 15.203. Interested firms shall present a minimum of five (5) restoration projects undertaken within the last ten years. The following information shall be provided for each of these projects: 1) Project name; 2) Original budget; 3) Change orders; 4) Summary of work; 5) Date of completion; and, 6) Client name, address and phone number. Qualification factors used for the evaluation of firms shall be: 1) Past performance (40%); 2) Multi-discipline experience in working similiar projects,with an emphasis on rehab of historical structures, including Lighthouses (25%); 3) Ability to provide projects on time and within budget. (25%); 4) Experience in working on projects in the Northeast area of the U.S. (10%). Firms desiring consideration should submit two (2) copies of their resume (qualifications) and all other appropriate information as described above to: U.S. Fish and Wildlife Service, 300 Westgate Center Drive, Hadley, MA 01035-9589, Attn: Dale E. Aubin, Contracting Officer, not later than close of business July 8, 2010. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/50181AR015/listing.html)
- Place of Performance
- Address: Maine Coastal Islands National Wildlife Refuge, Knox County, Rockland, Maine
- Zip Code: 04856
- Zip Code: 04856
- Record
- SN02181188-W 20100619/100618000027-f892c10039a9dd4c6c4efd12273cb601 (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 |