Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

Y -- Construction services to perform stablization work on the historic Seaplane Hangar on Sand Island of Midway Atoll

Notice Date
5/19/2011
 
Notice Type
Presolicitation
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
F11PS00775
 
Response Due
7/6/2011
 
Archive Date
5/18/2012
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Requirement: The US Fish and Wildlife Service, Midway Atoll National Wildlife Refuge, Northern Hawaiian Islands, has a request for construction services to perform stabilization work on the historic Seaplane Hangar on Sand Island of Midway Atoll.Midway Atoll is located approximately 1,300 miles northwest of Honolulu, Hawaii. Provide all necessary personnel, equipment and material to perform stabilization work on the Historic Seaplane Hangar. The Seaplane Hangar is a World War II-era steel-framed structure that is on the National Register of Historic Places. It is roughly 53,000 SF in size and 50 ft high at its highest peak. It suffered significant damage during the war (one half of the building was destroyed) and considerable deterioration due to lack of maintenance throughout the years. It is still used as a storage facility by the US Fish and Wildlife Service. Work needs to be done to stabilize the building and extend its service life. More specifically the work includes: the abatementof asbestos containing materials and lead based paint; the repair and replacement of 1) primary and secondary structural steel components and assemblies, 2) cementitious roofing panels, 3) metal siding, 4) wood framed structures, and 5) selected architectural finishes; and demolition of portions of the structure. The cementitious roof panels shall be completely replaced with a galvanzied metal roof panel. A modified bitumen roof with a spray on epoxy coating shall be applied over the whole roof. Due to a shortage of housing on Midway Atoll housing facilities shall be provided by the contract. Three options shall be considered: 1) Provide Design/Build services to demolish an existing barracks building, Purchase and Install a New Modular Motel Accommodations on the same footprint of the recently demolished Bravo Barracks. 2) Furnish and install 30 Weatherport Tents along with remodeling The Internet Caf with additional sanitary bathing and laundry facilities and 3) refurbish three existing buildings to bunkhouse standards.. Because of limited funding and logistical constraints of doing work on Midway Atoll the stabilization work shall be awarded as a task order contract to be completed in multi-year phases. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: All construction related work is located on Sand Island of the Midway Atoll National Wildlife Refuge. Work on the project can begin after Notice to Proceed is given. The period of performance for the initial phase shall be 360 days from award of contract. Additional time shall be added to the period of performance as additional phases are added to the contract. INSPECTION AND ACCEPTANCE: The work shall be done in accordance with all applicable nationally recognized codes and standards as published by the International Code Council (ICC) such as International Building Code (IBC), International Plumbing Code (IPC) and the International Mechanical Code (IMC) as well as the National Electric Code (NEC), National Fire Protection Association (NFPA) and the American Society of Testing Materials (ASTM). 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 is still the responsibility of the contractor. GOVERNMENT FURNISHED EQUIPMENT OR MATERIALS/INFORMATION: Contractor will be able to use available heavy equipment on island such as manlifts, cranes and front end loaders when agreed upon by Refuge Staff. Note that only certain equipment (heavy equipment, hand tools, some golf carts) will be available 25% of the time though, as other contractors may also be using this same equipment. Contractors requiring pieces of equipment more than 25% of the time will be required to rent their own and ship to Midway. AVAILABILITY: Normal duty hours are Monday through Friday 8:00 am to 4:00 pm. Work shall be performed during these hours unless prearranged with the Refuge Manager. Federal holidays not included. ACCESS TO SOLICITATION DOCUMENTS: The Solicitation with Clauses and the Notice to Offerors and various attachments will be available through the FedBizOpps web site (https://www.fbo.gov/) and Fish and Wildlife Service FTP website (https://manage.fws.gov/ftp_r1cgs_solicitations/F11PS00775). Requirement is unrestricted and will be open to any size business. Applicable NAICS Code is 236220. The small business size standard for NAICS code 236220 is $33.5 million. MAGNITUDE: More than $10,000,000.00 WAGE RATES: The Davis Bacon wage rates do not apply to this location. PHASE 1 EVALUATION FACTORS FOR CONTRACTORS SELECTED TO ATTEND SITE VISIT: An initial evaluation will be conducted to determine up to five (5) of the top ranked firms that will be eligible to attend the site visit. These five (5) firms selected to attend the site visit will be the only firms eligible to submit a proposal on the project thereafter. No other contractors will be eligible to submit a proposal. At least one contractor representative will be able to attend the site visit and possibly up to two personnel per contractor if seating is available. Evaluation factors for phase 1 will be based upon submission of past performance and experience data over the last ten (10) years of up to at least five (5) current and completed contracts that are similar in nature to this project and conditions encountered at Midway Atoll NWR as addressed in the Statement of Work and Drawings, remote island experience with large steel buildings, key personnel working on the construction team and experience with modular construction. Page limitations for proposal responses will be specified in Section L of the solicitation pacakge as well as the notice to offerors page. CONTRACTORS SELECTED UNDER PHASE 1 TO ATTEND THE SITE VISIT AND SUBMIT A PROPOSAL: The decision of contractors selected under phase 1 is anticipated during the week of July 11, 2011. Contractors selected under phase 1 to attend the site visit and submit a proposal must provide the names of a primary and secondary person planning on attending the site visit to the Contracting Officer within two days after notification of the selection notification. Due to the limited seat availability (only five (5) seats currently available on the flight from Honolulu to Midway), it is possible only the primary person will be allowed to attend the pre-site visit. The Contracting Officer will notify the Contractor at least fourteen days in advance as to who will be able to attend. A flight has been scheduled to Midway for August 2 2011 and returning on August 3, 2011. Personnel attending the site visit will be required to have passports. **Please note that this flight schedule is dependent upon any weather delays that may occur. Contractors will be responsible for covering the cost of flying to Honolulu and any overnight accommodations. Contractors will also be responsible for overnight food on Midway. SOLICITATION EVALUATION FACTORS FOR CONTRACTORS SELECTED TO ATTEND THE SITE VISIT: Those initial five (5) top ranked firms that are chosen to attend the site visit will be asked to provide a proposal to evaluations factors stated within the solicitation package. The solicitation package will be issued on or about June 6, 2011 with receipt of proposals due approximately July 6, 2011. Basis of award for contractors selected under phase 1 to attend the site visit and submit a proposal will be lowest priced, technical acceptable. For determining lowest price, the governemt will review proposals received and make a selection of going with one of the three housing choices listed above. The price of that housing option will then be added with the combined total of phases 1 through 5 to determine lowest priced proposal. Starting with the lowest proposal received, the work plan submitted will be reviewed to determine whether the technical approach is viable. If a determination can not be made on acceptance of the work plan of the lowest priced offeror after receipt of clarifications, the evaluation panel will then move on to reviewing the next lowest priced proposal received, and so, until we end up with the lowest priced proposal that also has an acceptable work plan approach that shows an understanding of all aspects of the project and the challenges such as logistics required to accomplish this multi-year phased project. Interested contractors must complete online representations and certifications application (ORCA) at "http://www.bpn.gov" and must be registered in CCR at http://www.ccr.gov to be eligible for an award. Bonding: For contractors selected under phase 1 to attend the site visit and submit a proposal, a bid bond is required with submission of their propsoal. Successful awardee will be required to submit a one hundred percent payment and performance bond within 15 calendar days after award of the contract. PASSPORTS: Successful awardee will be required to have passports for employees. For technical questions, please contact Mark Harris at (503) 231-2209 or email at Mark_Harris@fws.gov. For contract questions, please contact Karl Lautzenheiser at (503) 231-2052 or email at Karl_Lautzenheiser@fws.gov. All information from offerors must be received by USFWS, 911 NE 11th Ave., Portland, OR 97232 by the closing date posted on the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00775/listing.html)
 
Place of Performance
Address: Midway Atoll National Wildlife RefugePO Box 50167,300 Ala Moana Blvd., Suite 5-231Honolulu, HI
Zip Code: 968505000
 
Record
SN02452150-W 20110521/110519234529-741de2d8b3ba7052fd1be6bdd2b5edb3 (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 |
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.