SOLICITATION NOTICE
Z -- OR-FORENSICS LAB D/B REPAIR RENOVATE
- Notice Date
- 3/9/2017
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- F17PS00115
- Response Due
- 4/27/2017
- Archive Date
- 2/28/2017
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- N/A
- Description
- The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price (FFP) design-build (D/B) project for site building improvements to the Clark R. Bavin National Forensics Laboratory located at 1490 East Main, Ashland Oregon. Project is a small business set-aside. Applicable NAICS code is 236220. Small business size is defined as $36.5 million or less annually when averaged over a three year period. The period of performance for the project is estimated to be between 12-18 months. Project magnitude is between $1,000,000.00 and $5,000,000.00. A site visit will be scheduled. The exact date/time for the site visit will be provided in the solicitation documents. The following is an overview of the required tasks. GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price (FFP) design-build (D/B) for site building improvements to the Clark R. Bavin National Forensics Laboratory located at 1490 East Main, Ashland Oregon. Work includes: The facility is a Level 3+ security facility with established building access controls and monitoring systems. The FWS facilities reside on leased land provided by the University of Southern Oregon. The preferred acquisition strategy for this project shall be a Design-Build construction contract. The project shall meet both "Sustainable Design" and LEED "Silver" construction criteria. The project includes basis of design and construction to complete extensive HVAC improvements to include the replacement of all fan power units with associated water supply lines from trunk lines to fan power units: (estimated eighteen (18) units), replacement of all DVAV boxes with their associated heat coils (estimated five (5) units), replace all heat coils throughout facility (estimated thirty five (35) water supplied heat coils and five (5) electric heat coils) with the all the associated controls. All control systems shall be compatible with the existing system. The project shall include a re-commissioning assessment by a certified energy manager prior to basis of design to determine the most efficient systems approach to the HVAC upgrade. The project shall include site hardening and other various site improvements. Site improvements that will require basis of design and construction includes the installation of three (3) new remote operated high security traffic gates that provides vehicle impact protection at all public driveways. A manual vehicle impact bollard system installation. Landscaping upgrades which enhance the site's physical security. The project shall require the installation of compatible rocks and boulders around parts of the site perimeter. All upgrades shall meet the City of Ashland aesthetical standards. Site improvements shall also include repair and restriping the site parking areas and maneuver areas. These upgrades will expand the parking area to support additional staff parking and extend the life of the pavement. Site improvements shall also include the relocation of a minor outbuilding. This building will require some repairs prior to relocation, but the building will remain onsite. These upgrades will also relocate an existing out building to provide access for a future building expansion. The project will also include the upgrade of all exterior lighting to LED or equivalent energy saving fixtures to meet energy standards. The project includes options which include the following: Option 1: The basis of design and construction of two apartments, office space and a storage space estimated to be between 1,000 SF and 1,600 SF. The two apartment option shall include; one apartment that meets all ADA accessible federal, state, and local requirements. The apartments shall require a complete basis of design to include construction. The apartments maybe be connected to the primary structure, but will not provide access to the building. Each unit will be approximately 700 - 900 SF and include a cooking area, living area, bedroom, bathroom, laundry area, etc. The project will include the associated decorations, commercial hotel grade furniture, approved energy efficient appliances (stove/refrigerator/dishwasher/microwave/etc.) to support both short term and long term guests. The project shall include LEED compliant HVAC systems with independent controls. These systems maybe connected to the existing HVAC systems or be stand-alone units. The project will include all associated fire alarms, smoke/heat detectors, sprinklers, pull stations, notification panel, etc. to meet NFPA temporary lodging requirements. The system shall be connected and provide alarm notification to the local service provider. Security cameras, associated hardware and electronic door access shall also be installed. The apartments shall be constructed to be aesthetically compatible with other structures on the site. Option 2: The basis of design, construction, and installation of ADA compatible sidewalks, parking spaces, and associated ramps. Option 3: Complete or partial roof replacement that shall replace between 14,000SF - 40,000SF (estimated) of the existing flat roof. The project shall also include "value engineering" assessment of all proposed designs that have energy conservation applications. The period of performance for the project is estimated to be between 12-18 months. In summary, this project shall provide the basis of design and all associated construction for HVAC upgrades, security upgrades, parking upgrades/repairs with options for the construction of new apartments, new office space, new storage area complete or partial roof replacement and ADA compatible sidewalks, parking spaces and ramps. Basis for award will be "Lowest-Priced, Technically-Acceptable." Lowest priced proposal will be based upon the combined total cost for all bid items (base and all option items). If available funding at time of receipt of proposals is not sufficient to award all line items in the bid schedule, the Service will make a determination on what line items are considered most desirable based upon available monies. Lowest price for all proposals will then be evaluated based upon the total for those line items deemed most desirable to the Service. The Government will first conduct a price analysis to determine fairness, reasonableness and if unbalanced pricing exists. Offerors proposals will then be ranked from the lowest to the highest-priced. The Government will then evaluate the technical proposal of the apparent, lowest-priced offeror. If the apparent, lowest-priced offeror's technical proposal is `Unacceptable,' the Government will then evaluate the technical proposal of the apparent, second lowest-priced offeror. This process will continue until a lowest-priced offeror's technical proposal is `Acceptable.' Once the Government identifies the lowest-priced, technically-acceptable offeror, the Government will continue to evaluate offeror's technical proposals until the second lowest-priced, technically-acceptable offeror is identified. Once the two (2), lowest-priced, technically-acceptable offerors are identified, the Government will not evaluate technical proposals from offerors who proposed higher pricing. The purpose of identifying the second lowest-priced, technically-acceptable offeror is so the Government can establish adequate price competition to ensure a fair and reasonable price. In determining whether a proposal as technically acceptable, the offeror must submit the following information with their proposal submission for evaluation: 1.Past Performance: List past projects performed that are similar in nature to the Statement of Work with current points of contact and phone numbers (not-to-exceed five (5) pages). The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data. 2.Technical Capabilities: In determining whether a proposal as technically acceptable, the Service will be asking for a technical proposal (not-to-exceed five pages) that specifies similar capability/experience in performing elements of design/build projects completed over the last five (5) years as described under "GENERAL INFORMAION" above. Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $1,000,000 3.Price (no page limit). Solicitation Number F17PS00115 with attachments is being posted on or about March 28, 2017 with proposals due by 3 PM PST on April 27, 2017. Proposal must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov. 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 or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00115/listing.html)
- Record
- SN04430025-W 20170311/170309234857-82b5ffada71c6b4b9061d644890a5293 (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 |