SOURCES SOUGHT
W -- Willapa Heavy Equipment Rental
- Notice Date
- 1/24/2018
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181
- ZIP Code
- 97232-4181
- Solicitation Number
- 140F0118Q0037
- Response Due
- 2/7/2018
- Archive Date
- 2/22/2018
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this unrestricted requirement can (other than sole sourced). The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror ¿s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 238910 Site Preparation Contractors Small Business Size Standard: $15.0 Million Product and Service Code (PSC): W038 Lease or Rental of Construction, Mining, Excavating and Highway Maintenance Equipment 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 Indefinite-Delivery, Indefinite-Quantity (IDIQ contracts for heavy equipment rental to facilitate the completion of various habitat restoration and management activities on the Willapa and Julia Butler Hansen National Wildlife Refuges. SCOPE: Over the next five years the WNWRC will conduct a variety of habitat restoration and facility maintenance projects located at various locations within Pacific, and Wahkiakum Counties in Washington and Clatsop County in Oregon. Under this agreement the contractor will provide labor, equipment and fuel to perform and/or assist with the certain restoration and/or management activities. Projects may include wetland restoration, pasture restoration, snowy plover habitat restoration and repair, maintenance and/or decommissioning of refuge dikes and roads and other projects yet to be determined. When a solicitation issued, all quotes submitted will be asked to base the cost per hour basis for each piece of equipment identified and should include the cost of an operator. The bid price will also include mobilization/demobilization costs to each specified refuge (Willapa NWR, Ilwaco, Washington; Julia Butler Hansen NWR, Cathlamet, Washington). The following list of equipment along with a qualified operator will be available for use under this agreement: -Low Ground Pressure crawler dozer with 6-way blade and cable winch on rear (Caterpillar D6 Series, John Deere 750 Series or equivalent). -Low Ground Pressure crawler dozer with a standard universal blade with rippers on rear (John Deere 850 Series or equivalent). -Hydraulic Excavator with 24-inch minimum-width tracks, standard arm with minimum 33-foot reach at grade, minimum one cubic yard heaped capacity bucket (Caterpillar 225 Series, John Deere 690 ELC Series, or equivalent). -Long Reach Hydraulic Excavator with 24-minimum-width tracks, long arm with minimum 59 foot reach at grade, minimum once cubic yard heaped capacity bucket ( John Deere 270C LC or equivalent) -Rubber wheeled back hoe, four wheel drive, with a reach of not less than 15 feet (John Deere 410 or equivalent) -Road grader - Articulating, rubber -wheeled, four wheel drive, and a standard universal blade with subsoiler (Caterpillar 140 or equivalent). -Rear dump truck, standard with not less than 10 cubic yards capacity, -Rear dump truck, 10 cubic yards capacity, heavy duty, six- wheel drive, dump truck capable of off-road hauling in various substrates including ocean beach sand and coastal pastures for various restoration activities such as wetland habitat and snowy plover nesting restoration. -Rubber tracked rear dump truck, minimum 10 cubic yards capacity,(Morooka MST-2200VD or similar) -Vibratory Drum Roller, self- propelled, single roller configuration, roller minimum width 4 feet, minimum weight 2000 lbs. -Vibratory Drum Roller, self- propelled, single roller configuration, roller minimum width 8 foot, minimum weight 8000 lbs. -Tractor and disc ¿ not less than a 95 HP, four-wheel drive, PTO 540-1000 RPM. -Tractor and disc- not less than 250 HP, four wheel drive, PTO 540-1000 RPM. -Tractor and Lowboy ¿ triple axel capable of hauling a hydraulic excavator similar in size to John Deere 790, with a minimum 26 ¿ bed length by 14 ¿ width, and 120,000 lbs. gross weight. Mobilization/Demobilization costs should be determined to the following locations: -Julia Butler Hansen NWR, Cathlamet, WA -Mobilization to Willapa NWR, Ilwaco, WA Projections for Workload: The number of projects will vary depending on the year and season. The majority of field work is accomplished from about April through October. No minimum amount of work is guaranteed under this agreement and there may be extended periods of time when no equipment rental will be needed. PLACE/DELIVERY AND PERIOD OF PERFORMANCE The U.S. Fish and Wildlife Service, Willapa National Wildlife Refuge Complex, 3888 SR 101, Ilwaco, Washington, 98624, and the Julia Butler Hansen NWR, 46 Steamboat Slough Road, Cathlamet, Washington, 98612. Please provide quotes for the following: Base Year:Date of award through 365 calendar days Option Year One:From conclusion of base year and through 365 calendar days Option Year Two:From conclusion of option year 1 and through 365 calendar days Option Year Three:From conclusion of option year 2 and through 365 calendar days Option Year four:From conclusion of option year 3 and through 365 calendar days EVALUATION AND ACCEPTANCE: All project work under this agreement will be approved by the Refuge Manager prior to payment approval. The Contractor shall take special care to protect government property. In the event of an accident, environmental contamination, the Contractor shall return areas damaged as a result of work under this agreement/contract to their original condition, to include painting, refinishing, or replacement if necessary. GOVERNMENT FURNISHED EQUIPMENT: The Government will supply transportation barge for accessing island units within the Columbia River and Willapa Bay. Additional equipment/operators will be supplied by the government where needed to complete specific projects. Availability: The contractor should be available to provide equipment and operator with a minimum of seven days ¿ notice. Normal duty hours are Monday through Friday from 7:00 a.m. ¿ 4:30 p.m excluding federal holidays. Some weekend and after hours work may be required to complete specific projects. Emergency/Miscellaneous maintenance functions may be required to be scheduled during non-duty hours due to the nature of the work or specific scheduling requirements. Emergency work is required when immediate action to correct or prevent loss or damage of Government property, or to eliminate hazards to personnel or equipment. PROCEDURES FOR ISSUING ORDERS: This is an Indefinite Delivery, Indefinite Quantity contract which runs for a base period from date of contract award. The contract contains options for four additional one-year periods given satisfactory service. When contract supplies are required, a delivery order for exact quantities will be issued against the established contract. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information to identify types of rental equipment available and provided on past projects for the areas to be serviced as identified above. Firms shall provide no more than five (3) projects. Each project shall have a final contract value greater than $2,000 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to provide Aquatic Animal Disease Testing Services listed under `GENERAL INFORMATION. ¿ INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm ¿s responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES. ¿ 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government ¿s project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PDT) on February 7, 2018. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0118Q0037/listing.html)
- Record
- SN04798456-W 20180126/180124231413-09ec7d434c4c061a43800fe4c15eee63 (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 |