Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2015 FBO #5012
SOLICITATION NOTICE

Y -- Construct Pond Fence for Kealia Pond NWR

Notice Date
8/12/2015
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F15PS01028
 
Response Due
9/8/2015
 
Archive Date
9/23/2015
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service has a requirement to construct a pond fence at the Kealia Pond National Wildlife Refuge, Kihei HI (Maui County). Magnitude of project is between $100,000.00 and $250,000.00. Period of performance is 150 days from issuance of notice to proceed. Proposals that exceed $150,000.00 and 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 $15 million or less annually when averaged over a three year period. Site Visit - Firms interested in attending a site visit will meet on Monday, August 24, 2015 at 10AM. If attending the site visit please contact Calvin Willis at office phone (808) 870-6450 and directions will be provided on where contractors will meet. Questions from the site visit need to be email to Karl_Lautzenheiser@fws.gov by close of business August 26, 2014. Those questions will be consolidated and answers provided by issuance of an amendment the following week. Summary of Work: Bids are being solicited to construct an ungulate proof fence according to associated statement of work. The contractor will provide materials, labor and equipment for the construction of fence to exclude pigs and deer. Fences will consist of 75" woven "hogwire" with a strand of barbwire on the bottom to discourage pigs from squeezing underneath and one strand of barbwire 8" above the hogwire to discourage deer from jumping over. The fence is clipped to T-posts spaced at intervals of 8' or less and anchored by one or more shorter posts positioned at the lowest point between the T-posts. Woven wire "aprons" are also fastened to the bottom of the fence as needed to prevent pigs from squeezing underneath. On occasion, it may be advantageous to utilize livestock panel for this purpose. All materials are bezonal coated including clips. No government equipment or materials shall be provided during the contract unless arranged and agreed upon prior to use with the Refuge Manager. Normal duty hours are Monday through Friday 7:00 AM to 4:00 PM local time. Work shall be performed during these hours unless prearranged with the Refuge Manager. Federal holidays not included. Source selection process will be ¿Lowest-Priced, Technically-Acceptable. ¿ Lowest priced proposal will be based upon the lump sum total for all bid schedule items. The actual quantity of fenceline awarded will be based on the money available at the time of award and the cost per lineal foot proposed. Any fenceline not awarded because of the lack of monies will become an additive item on the bid schedule with the potential of being adding by modification afterwards if additional funding becomes available prior to the end of the performance period. 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 is technically acceptable, the Service will be asking for a technical proposal (not-to-exceed five pages) that specifies at least one (1) project in the last three (3) years showing similar capability/experience in performing elements of work as described in the attached statement of work with similar site conditions. Additionally (in determining a proposal to be technically acceptable), a minimum of one (a) past performance rating questionnaires (refer to attachment 5 for past performance rating questionnaire provided with solicitation) shall be submitted directly from clients to the Contracting Officer (does not count toward the 5 page limit for the technical proposal submission) for past projects over the last five years that are similar in nature. Only past performance rating questionnaires received directly from clients of an offeror prior to the date/time of receipt for proposals will be considered and to be considered technical acceptable and the total rating for each past performance rating questionnaire received must average at least 3 (good) or higher. If available, existing information from the Past Performance Information Retrieval System (PPIRS) may also be used to supplement the evaluation of past performance and overall ratings from any PPIR rating on file must be satisfactory or higher to be considered technical acceptable. Solicitation Number F15PS01028 and attachments will be posted to FedBizOpps hereafter with proposals due on September 8, 2015 at 3PM PDT. No further notice will be posted on Fedbizopps. 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/F15PS01028/listing.html)
 
Record
SN03834988-W 20150814/150812235301-aaab6db8cedc47689fb94f7ea2b252ed (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.