Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOURCES SOUGHT

Y -- Y--Klamath Falls Sucker Fish Facility

Notice Date
9/4/2020 2:03:29 PM
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
 
ZIP Code
97232
 
Solicitation Number
140F0120R0029
 
Response Due
9/18/2020 12:00:00 AM
 
Archive Date
10/03/2020
 
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: 236210 Industrial Building Construction Small Business Size Standard: $39.5 Million Product and Service Code (PSC): Y1JZ Construction of Miscellaneous Buildings GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Joint Administrative Operations (JAO) Region 9 has been tasked to solicit for and procure a firm-fixed-price for new fish rearing facility for the Klamath Falls Fish and Wildlife Office, Klamath Falls, Oregon. A synopsis of work is as described below. The proposed period of performance is anticipated to start during the spring of 2021. Project magnitude is between $4,000,000.00 and $7,000,000.00. SYNOPSIS OF PROPOSED WORK: The Klamath Basin Sucker Rearing Program was initiated in 2015 to raise endangered Lost River and shortnose suckers to augment declining populations in Upper Klamath Lake, Oregon. Operations began in 2016 as a collaboration between a private aquaculturist and USFWS, and the facility is currently producing 2 and 3-year-old suckers for release into Upper Klamath Lake. The purpose of the phase 1 design is to install the necessary infrastructure to support the full hatchery build out (electrical/water/roads), head ponds, and to provide some earthen lined ponds. The intent of the earthen ponds is to put them into production to allow phase 2 to be move forward. A-E shall design ponds to the following sizes: Small (0.10-0.15 ac), Medium (~0.25), and Large (~0.5) ponds. The Phase 1 design shall include, but not limited to: A. Electrical upgrades with PV options to support the full hatchery build out. B. Water piping upgrades and associated mechanical systems to support the full hatchery build out. C. Design of head pond/water control structure to support the full hatchery build out. D. General earthwork and site work to include roadways. E. Design of multiple lined earthen ponds using similar design standards at Dexter NFH. F. Permitting assistance CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for this fish rearing facility work listed under `GENERAL INFORMATION.� and �SYNOPSIS OF WORK� above. Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $2,000,000.00 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 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� and `SYNOPSIS OF WORK� above. 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 September 18, 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/7279a97da46f4ae39a6cb2f361deb9e8/view)
 
Record
SN05788483-F 20200906/200904230153 (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.