SOLICITATION NOTICE
Z -- Perform fence rehabilitation on section of Shipman Fence in Hakalau Forest NWR
- Notice Date
- 8/19/2015
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
- ZIP Code
- 00000
- Solicitation Number
- F15PS01092
- Response Due
- 9/2/2015
- Archive Date
- 9/17/2015
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Fish and Wildlife Service has a requirement to perform fence rehabilitation on section of Shipman Fence in Hakalau Forest NWR (Hawaii County). Performance period for the base year is 12 months. Project includes one option year to be exercised solely at the discretion of the Government. Project is a small business set-aside. Applicable NAICS code is 238990. Small business size is defined as $15 million or less annually when averaged over a three year period. If a site visit is desired, please contact Cashell Villa at (808) 443-2300, ext 229. Work is identified as follows: Contractor will supply labor and materials to rehabilitate the eastern fence of the Shipman Unit at Hakalau Forest NWR. Current fence is approximately 27,000 linear feet. Assess current conditions on fence and make recommendations for prioritized repairs to ensure exclusion of wild pigs into managed units. Any repairs, rehabilitations, or replacements will follow standard specification guidelines currently in place at Hakalau Forest NWR. Work may require repair, rehabilitation, and/or replacement of any loose, damaged, destroyed or missing hog wire, t-posts, anchors, and/or skirting. Gulch barriers may need to be repaired or replaced. Contractor should identify gulch barriers that require, rehabilitation, or total replacement. Contract will be expected to restore integrity of washed out or eroded substrate underneath fencing wire. Additional anchors, tie downs, skirting may be needed to prevent pig ingress. Brushing along fencelines to assess fences may be needed. Specifications: Fences are to be maintained to the original construction specifications of 47" woven "hogwire" with a strand of barbwire on the bottom to discourage pigs from squeezing underneath and one strand of barbwire 8 ¿ above the hogwire to discourage cattle from jumping over. The fence is clipped to T-posts spaced at intervals of 10' or less and anchored by one or more shorter posts positioned at the lowest point between the T-posts. Woven wire aprons are also fastened to the bottom of the fence as needed to prevent pigs from squeezing underneath. The unit includes several break-a-way fence sections that exclude ungulates at streams and ravines which will require repair and replacement. Contractors should submit any questions on this project directly to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov later than close of business on August 25, 2015. Questions will be consolidated and answers provided by issuance of an amendment the following week. Source selection process will be best value. Evaluation criteria is defined as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; 1) Technical capability of the item offered to meet the Government requirement (not-to-exceed 3 pages); 2) Past performance (not-to-exceed 3 pages); and 3) Price (no page limit). Technical and past performance, when combined, are significantly more important that price. Solicitation Number F15PS01029 with attachments is being posted with this synopsis notice with quotes due by 3 PM PDT on Thursday, September 2, 2015. Quotes must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov or sent be facsimile to (503) 231-6259. No further notice will be posted on Fedbizopps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Cashell Villa at (808) 443-2300, ext 229 or email to Cashell_Villa@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F15PS01092/listing.html)
- Record
- SN03845406-W 20150821/150819235330-0f4b034a79d753557fcadb4aae4cd9b3 (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 |