Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
MODIFICATION

Y -- Construction services to remove & construct new ungulate fence,Hakalau ForestNWR

Notice Date
8/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181
 
ZIP Code
97232-4181
 
Solicitation Number
F13PS00477
 
Response Due
9/5/2013
 
Archive Date
10/5/2013
 
Point of Contact
KARL LAUTZENHEISER
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service has a requirement to clear fence corridor and install new South Boundary Replacement Fence and Enclosures in Maulua Management Unit of the Hakalau Forest National Wildlife Refuge, Hilo HI. Estimated linear footage of new fencing in Maulua Management Unit is approximately 13,200 and estimated linear footage of existing fencing to remove is approximately 13,200 linear feet. The method of measurement for determining fence length was with hand held GPS Tremble units. The contractor is required to make any adjustments in lengths based upon experience in adjusting for existing conditions such as ground slope and terrain. A brief synopsis of fence products includes: 1) Steel Posts (T-133 galvanized t-posts with anchor type); 2) Woven Wire (high tensile steel woven wire fabric); 3) Barbed Wire (high tensile barbed wire, 15 gauge); 4) Fasteners (Clips: Benzinal or galfan coating); 5) Anchors (T-133 galvanized post); 6) Brace Wire and Anchor Wire; 7) Corner Posts and Stretcher Posts; 8) Brace Assemble; and 8) Gates. Magnitude of project is between $250,000.00 and $500,000.00. Proposals that do not include a twenty (20) percent bid bond of the total price quoted with their proposal submission will be considered nonresponsive. The successful awardee will be asked to provide a 100 percent payment and performance bond within 15 days of award. Project is a small business set-aside. Applicable NAICS code is 238990. Small business size is defined as $14 million or less annually when averaged over a three year period. A site visit will be held on August 13, 2013 at 9AM local time. Contractors will meet at the Saddle (refer to map attachment included with solicitation). Firms interested in attending the site visit should provide advance notice to Cashell Villa at 808-443-2300. Questions from the site visit need to be email to Karl_Lautzenheiser@fws.gov by close of business August 15, 2013. Those questions will be consolidated and answers provided by issuance of an amendment directly thereafter. Source selection process will be Lowest-Priced, Technically-Acceptable. Lowest priced proposal will be based upon the combined total cost for all bid items. If available funding at time of receipt of proposals is not sufficient to award all line items in the bid schedule, the Service will make a determination on what line items are considered most desirable based upon available monies. Lowest price for all proposals will then be evaluated based upon the total for those line items deemed most desirable to the Service. If the lowest priced proposal is technically acceptable, award will be made and no other proposals evaluated. If the lowest priced proposal is not technically acceptable, the Service will evaluate the next lowest priced proposal and so on until a proposal is identified to be technically acceptable. In determining whether a proposal as technically acceptable, the Service will be asking for a technical proposal (not-to-exceed five pages) that specifies similar capability/experience in performing elements of work as described in the attached statement of work with details of work experience over the last 3 years that describe their experience with constructing similar fencing in similar terrain, as well as submission of up to three references (number of pages will not count towards the 5 page limit for the technical proposal submission) for past projects over the last five years that are similar in nature. Information available from the Past Performance Information Retrieval System (PPIRS) may also be used to supplement the evaluation of past performance. Responsibility for insuring points of contact and telephone numbers on references are current are solely the responsibility of the contractor. Solicitation Number F13PS00477 and attachments will be posted to FedBizOpps on July 29, 2013 and proposals due on August 28, 2013 at 3PM PDT. No further notice will be posted on Fedbizopps. In consideration that funds have not officially been received yet, this synopsis notice provides notice that the Government obligation under this contract is contingent upon availability of appropriated funds. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical questions, please contact Mark Harris at 503-231-2209 or email to Mark_Harris@fws.gov. Contracting questions can be addressed to Karl Lautzenheiser at (503) 231-2052 or by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F13PS00477/listing.html)
 
Record
SN03162701-W 20130828/130826235703-ae6368388da2d772164d8be8ab83025c (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.