Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2020 SAM #6701
SOURCES SOUGHT

Y -- HI-KEALIA POND NWR D/B EQUIPMENT STORAGE

Notice Date
4/2/2020 2:43:30 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
140F0120R0015
 
Response Due
4/16/2020 12:00:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Lautzenheiser, Karl
 
E-Mail Address
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
 
Awardee
null
 
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 Contract Opportunities (FBO) web site (https://beta.sam.gov/). It is the potential offeror�s responsibility to monitor the Contract Opportunities (FBO) web site for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 236220 Commercial and Institutional Building Construction Small Business Size Standard: $39.5 Million Product and Service Code (PSC): Y1GZ Construction of Other warehouse buildings GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 12 has been tasked to solicit for and procure a firm-fixed-price to provide Design/Build services for the Equipment Storage Building Project at Kealia pond National Wildlife Refuge, near Kihei, Hawaii (County of Maui). The project magnitude is estimated to be between $250,000.00 and $500,000.00. The Period of Performance is estimated to be 360 calendar days. STATEMENT OF WORK: The Statement of Work for this project reads as follows: 1. GENERAL: The US Fish and Wildlife Service, Kealia Pond National Wildlife Refuge, has a request for Design/Build services for the Equipment Storage Building Project. 2. BACKGROUND: The Kealia Pond National Wildlife Refuge has a need to construct a new equipment storage building. The equipment storage building will replace inadequate maintenance facilities which consist of three storage containers, one storage building, and a greenhouse. Valuable equipment is fully exposed to the tropical maritime environment, leading to rapid deterioration and most minor maintenance activities have to be performed outdoors. The containers are dangerous, as personnel could be accidentally trapped inside the hot, unventilated spaces. A new maintenance shop will help maintain equipment and stored materials in good condition and extend their service life. 3. SCOPE: Provide Design/Build services for a new 1,800 SF equipment storage building at the Kealia Pond National Wildlife Refuge. Different building types and construction approaches shall be considered. More specifically provide all labor, equipment and materials necessary to: a) Plan and design a new 1,800 SF equipment storage building. This will include all design work for the complete site clearing, grading and preparation of the site for the new structure along with the complete construction of the new facility. The design shall follow the performance specifications and conceptual drawings included as part of this solicitation and any amendments issued before time of award. More specifically the facility shall: 1) Have a minimum of 3 bays, two for equipment storage and one as a shop area for minor maintenance and work on small equipment. 2) Be durable and able to withstand the harsh marine environment. 3) Lay lightly on the land and its exterior siding and roof colors should match the colors of the Visitor Center nearby. 4) Be graded to ensure that there will be no standing water near or around the building. Rain water shall drain away from the building. 5) Electrical Service with exterior bird friendly lighting and interior LED tube lighting. Currently there is electricity at the site but the contractor shall be responsible for determining if the system is adequate or needs to be upgraded for the new building. 6) Water Service. Tie-in to the local municipal water system is nearby, close to the Visitor Center. The contractor shall be responsible for any coordination, permitting and fees associated with the complete hookup to all onsite utilities. 7) Tie in to the existing security system. 8) Take advantage of natural lighting with translucent roof and wall panels. 9) Have adequate passive ventilation. 10) Have an interior concrete floor slab capable of being hosed off and sloped to drain for cleaning. The equipment storage bays shall be designed to store a 36 ton rubber tired excavator. 11) Fencing requirements to meet similar specifications of the existing fencing. 12) Have the capability for expansion in the future. 13) See conceptual drawings for additional detailed requirements for the facility. b) Perform the construction of the new equipment storage building for a complete functioning structure as per the approved final drawings and specifications. The contractor shall be responsible for all required quality control on the project. All demolition debris, unsuitable excavation materials, and construction debris shall be hauled offsite for proper disposal. 4. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: All planning and design work shall be completed where required by the prime contractor and their approved subcontractors. All construction related work is located in or around the Kealia Pond National Wildlife Refuge, near Kehei, Hawaii. Design work on the project can begin after Notice to Proceed is given. Construction work can begin after the construction documents have been fully reviewed and approved. The Period of Performance is estimated to be 360 calendar days. 5. INSPECTION AND ACCEPTANCE: The work shall be done in accordance with the Region 12 Design/Build General Engineering Requirements and the approved plans and specifications along with the current edition of nationally recognized codes such as the IBC, NEC, NFPA 101, OSHA and any other applicable Federal, State, local or specific environmental permitting requirements such as construction discharge permits. The work shall be accepted when all the work is completed as described here within and in accordance with any contract specifications. Work will be inspected to assure compliance with the contract documents. But quality control and adherence to all contract requirements are still the responsibility of the contractor. 6. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: Any historical inspection reports, design reports, photos and construction related documents that are in the possession of the US Fish and Wildlife Service associated with the existing condor flight pen blind of the Bitter Creek National Wildlife Refuge or surrounding area or similar facilities at Hopper Mountain NWR shall be made available upon request. Contractor shall provide supervision, labor, materials, equipment, tools, construction equipment and machinery, inspection, testing, start-up, water, heat, electricity, utilities, sanitation facilities, transportation, and other facilities, utilities and services necessary for proper execution and completion of the work, whether temporary or permanent and whether or not incorporated or to be incorporated in the work. 7. SPECIAL NOTICE: A Pre-Bid Site Visit shall be scheduled to allow perspective bidders an opportunity to view the project site and talk to Refuge Staff. This site visit will introduce potential bidders to the conditions of the project and acquaint them with the unique logistical challenges and requirements of the Kealia Pond National Wildlife Refuge. The site visit is not mandatory but is highly recommended as this will be the only time USFWS contract staff and refuge personnel will be on-site at the same time to answer questions before the contract is awarded. Actual date and time of the site visit shall be listed in the solicitation documents. A 15% conceptual design package is not required at time of bid submittal. 8. AVAILABILITY: Normal duty hours at the Refuge are Monday through Friday 8:00 am to 4:30 pm. Work shall be performed during these hours unless prearranged with the Station Manager. Federal holidays not included. The contractor�s work schedule may be adjusted with pre-approval from the refuge manager. 9. TECHNICAL COORDINATOR/COR: Mark Harris, Project Manager US Fish & Wildlife Service, R1, Division of Engineering 911 NE 11th Ave Portland, OR 97232 503-231-2209 mark_harris@fws.gov 10. STATION POINT OF CONTACT: Bret Wolfe, Refuge Manager Kealia Pond National Wildlife Refuge Mile Post 6 Mokulele Hwy (Hwy 311) PO Box 1042 Kihei, Hawaii 96753 808-792-9533 bret_wolfe@fws.gov CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for similar Design/Build Equipment Storage Buildings projects as described in the above Statement of Work. Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $200,000.00 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 design/build systems as described in the Statement of Work info described above. 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 (PST) on April 16, 2020. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8926a41f55334d70b509aa8e2d8d04c8/view)
 
Record
SN05609209-F 20200404/200402230213 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.