SOURCES SOUGHT
Y -- Title: Wapato and Gaston Bridge project
- Notice Date
- 10/30/2018
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- 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
- 140F0119R0002
- Response Due
- 11/13/2018
- Archive Date
- 11/28/2018
- Point of Contact
- Lautzenheiser, Karl
- Small Business Set-Aside
- N/A
- 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 requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. 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: 237310 Highway, Street, and Bridge Construction Small Business Size Standard: $36.5 Million Product and Service Code (PSC): Y1LB Construction of Highways, roads, streets, bridges, and railways 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 for the construction of new bridges within the Wapato Lake National Wildlife Refuge. The following is a brief description of each bridge: Base Bid Item - Pump House Bridge: The proposed project involves the construction of a new bridge located east of Gaston in rural unincorporated Washington County, Oregon. The proposed project will be located within the Wapato Lake National Wildlife Refuge, which is owned and managed by the U.S. Fish and Wildlife Service and will include the removal of the existing wooden pump house bridge and the construction of the new Pump House Bridge (steel girder bridge) approximately 145 feet to the west of the existing bridge. The new bridge will consist of a 20-foot-wide, 91-foot long steel bridge with curb-mounted guardrails on either side supported by pile supported concrete abutments and gabion retaining walls. The project will also include construction of a gravel access road connecting the new bridge north to SW Gaston Road and a gravel levee access road connecting the new bridge easterly toward the existing pump house. Access roads will include riprap slope protection and the installation of an access control gate north of the new bridge. Construction work needed to facilitate the project includes excavation, fill placement, and grading in both upland areas and wetland/waterway areas located on the project site. Optional Bid Item - Gaston Pedestrian Bridge: The proposed project involves the construction of a new bridge located in south of Gaston (adjacent to the Gaston Feed Store), in rural unincorporated Washington and Yamhill Counties, Oregon. The proposed project will be located within the Wapato Lake National Wildlife Refuge, which is owned and managed by the U.S. Fish and Wildlife Service and will include the removal of the existing wooden bridge and the construction of the new Gaston Pedestrian Bridge in the same location as the existing bridge. The existing bridge once provided pedestrians and vehicles access to the Refuge but currently it no longer provides a safe crossing. The new bridge will consist of an 8-foot-wide, 85-foot-long aluminum truss pedestrian bridge supported by pile supported concrete abutments and gabion retaining walls. The project will also include construction of a gravel access road connecting the existing dirt access road to the new bridge, and the existing levee will receive a new gravel access to account for the difference in elevations between the new bridge and the existing levee. Construction work needed to facilitate the project includes excavation, fill placement, and grading in both upland areas and wetland/waterway areas located on the project site. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for the new bridge construction work. Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $1,000,000 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 asphalt replacement work 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 Daylight Saving Time (DST) on November 13, 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/140F0119R0002/listing.html)
- Record
- SN05138102-W 20181101/181030230649-d1c90494d418b7a7ceaf061bcbbd7510 (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 |