SOLICITATION NOTICE
Y -- Two-Phase Design-Build of a Visitor Center at Kenai National Wildlife Refuge
- Notice Date
- 6/8/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE1011 E TUDOR ROADANCHORAGEAK99503-6199US
- ZIP Code
- 00000
- Solicitation Number
- F12PS00516
- Response Due
- 8/17/2012
- Archive Date
- 9/16/2012
- Point of Contact
- Anita Baker
- Small Business Set-Aside
- Total Small Business
- Description
- Estimated Solicitation Date: 18 July 2012 Phase I Estimated Response Date: 17 August 2012 Estimated Award Date: 4 December 2012 The U.S. Fish and Wildlife Service(USFWS), Region 7, Alaska, is preparing to issue a solicitation (Request For Proposals-RFP) for a two-phase design-build contract of an approximately 6,457 square foot freestanding Visitor Center and the renovation of approximately 2,500 square feet of the existing Headquarters Office Building at the Kenai National Wildlife Refuge Headquarters site located at 1 Ski Hill Road, Soldotna, Alaska 99669. PROJECT MAGNITUDE: $5,000,000 to $10,000,000. (Five to Ten Million US Dollars) PROJECT LOCATION: Kenai National Wildlife Refuge Headquarters site located at 1 Ski Hill Road, Soldotna, Alaska 99669. PROJECT OVERVIEW: The project will require the selected contractor to provide all design, labor, management, permits, fees, supplies, and materials, except for any Government furnished materials specified within the solicitation documents, to design and construct a new freestanding Visitor Center and to renovate the existing Visitor Contact Area of the Headquarters Office Building using the Design-Build project delivery system. The selected contractor shall also provide design and construction services for all associated building systems including but not limited to: site design and preparation, landscape, structural, civil, electrical, mechanical, plumbing, fire suppression, sustainable energy solutions, interior design, lighting design, telephone, and communications in accordance with the solicitation documents. The new Visitor Center shall earn a minimum Leadership in Energy and Environmental Design (LEED) Silver certification from the U.S. Green Building Council (USGBC) in addition to complying with all Federal energy laws and mandates. The renovation to the Headquarters Office Building shall be designed and constructed in accordance with Leadership in Energy and Environmental Design (LEED) Silver standards and comply with all Federal energy laws and mandates, though LEED certification is not required. The USFWS has a mandate to become carbon neutral by 2020 and the facilities in the RFP must be designed to be as energy and water efficient as possible in order to meet the pending service mandate. The work shall be completed in phases as specified by the Contracting Officer and contract documents for an anticipated performance period for the complete design package and construction of 450 days upon the awarded contractors receipt of Notice-To-Proceed. The two-phase design-build solicitation and evaluation process shall be conducted in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3 (Two-Phase Design-Build Selection Procedures). The issued RFP shall set forth the requirements for responding to Phase I of the solicitation, as well as all technical evaluation factors and sub-factors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the government shall evaluate responsive proposals received in response to Phase I of the solicitation to short-list no more than three (3) contractors to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals shall be evaluated in accordance with the Phase II Evaluation Process. Please note the government will not be maintaining a bidders list during the solicitation period for this requirement during Phase I. However, vendors are strongly encouraged to review the "Interested Vendors List" tab found at www.fbo.gov near the center-middle of portion of the screen where this announcement is posted. Please also note that solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available ONLY electronically and via the government point of entry (GPE) found at www.fbo.gov. Hard copy documents will NOT be supplied by the government to interested parties as a result of this solicitation. Vendors submitting offers for this requirement must be actively registered in the Central Contractor Registration (CCR). Vendors not registered may not receive an award. Website: http://www.ccr.gov. Vendors must have completed and have accurate and current on-line representations and certifications found at www.orca.bpn.gov to be considered for award. Award of this requirement is anticipated to be based on "Best Value" to the Government, price, and other evaluation factors considered. Identification of significant evaluation factors and sub-factors will be duly noted within the solicitation documents. Vendors are encouraged to submit comments during the presolicitation period. Place of Performance: Approximately 150 miles southwest of Anchorage, Alaska, accessible via Alaska Highway 1(Sterling Highway).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS00516/listing.html)
- Record
- SN02770877-W 20120610/120608235537-e9f54a2a425eb9f4c2a64c97f40acb0a (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 |