Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

Z -- WA-LWS DOM WATERLINE REPLACEMENT

Notice Date
3/8/2018
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
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
140F0118R0013
 
Response Due
4/26/2018
 
Archive Date
5/11/2018
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service (USFWS) - Contracting and General Services (CGS) Region 1, located at 911 NE 11th Avenue; Portland, OR 97232, is issuing a Presolicitation Notice for Construction services to replace an existing domestic waterline at the Little White Salmon National Fish Hatchery - Cook WA (Skamania County). THE WORK CONSISTS OF: (Refer to the Specifications and Drawings for Additional Information) The U.S. Fish and Wildlife Service (USFWS), the Little White Salmon National Fish Hatchery, has a request for construction services to replace an existing domestic waterline such that the system will be fully operational once the replacement is completed. The Little White Salmon NFH has a section of the domestic waterline distribution system that was constructed in the 1970 ¿s and portions of it are in various states of disrepair. The water system is classified as a Group A public water system by the State of Washington. The portion of concern is approximately 1,500 LF long, and has a change in elevation of roughly 225 FT. The existing pipe is believed to be 3" PVC pipe. The line also crosses two culverts that will need to be replaced. The contractor shall provide construction services to replace a portion of the existing domestic waterline distribution system. More specifically the contractor shall provide all labor, equipment and materials necessary to perform the following tasks: a) Provide all engineering services necessary to survey and size the replacement of a portion of the existing domestic waterline distribution system. The system is classified by the State of Washington as a Group A Water system and the engineering services shall be provided by an engineer currently licensed in the State of Washington. The existing line is believed to be 3" PVC. The FWS would like to replace it with HDPE pipe or pipe of equal quality or better that meets Washington State Drinking Water Standards. It is believed that the existing pipe is located in the uphill shoulder of the abandoned road where the majority of the pipeline is located. The intent is that the new pipeline can be installed slightly downhill (min 2 feet separation) of the existing pipeline with minimal interruption in service of the existing system until the new pipeline needs to be tied into the existing system. When the service is expected to be interrupted at any time during the contract, the contractor shall notify the COR and the Hatchery Manager 48 hours in advance. b) Provide construction services to construct the changes once the surveyed location and appurtenances have been approved. Provide and perform all the necessary quality control services required throughout the construction period of performance including any required by the Washington State Department of Health. Coordinate with Skamania County for traffic control requirements and permits needed for construction within the county right of way. All work is located along the Cook-Underwood Road just ½ mile southwest of the Little White Salmon National Fish Hatchery. EVALUATION: (Refer to Sections L & M for Additional Information) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Lowest-Price Technically-Acceptable (LPTA) Source Selection Process shall be utilized in accordance with (IAW) FAR Part 15.101-2. There will be two (2) non-cost evaluation factors: Recent Relevant Past Performance and Technical Capability. Price will be evaluated separately. To receive consideration for award, a rating of no less than `Acceptable' must be achieved for Past Performance and Technical Capability. The Government intends to evaluate proposals and award a contract without discussions with Offerors, except clarifications as described in FAR 15.306(a); therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the contracting officer later determines them to be necessary. DATES, SET-ASIDE INFORMATION AND GOVERNMENT POC: The solicitation, specifications and other attachments will be available on FedBizOpps, as well as being available for download on FedConnect (http://www.fedconnect.net) on or about March 27, 2018, with an anticipated proposal due date of April 26, 2018. In order to view these documents FedConnect, prospective offerors shall go to FedConnect and click on Search Public Opportunities Only. From there, change the Search Criteria dropdown menu to Reference Number, type the solicitation number into the adjacent text box and click on Search. The anticipated award date will be on or about May 10, 2018. The overall period of performance of the resulting contract will be 120 calendar days from issuance of the Notice to Proceed. This is a 100% small business set-aside procurement. The applicable NAICS Code is 237110 (Water and Sewer Line and Related Structures Construction) with a small business size standard of $36.5 Million. All responsible sources may submit a proposal which shall be considered by the Government. If you have any questions or are in need of assistance, please contact the Contracting Officer, Mr. Karl Lautzenheiser (karl_lautzenheiser@fws.gov; 503-231-2052).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0118R0013/listing.html)
 
Record
SN04847469-W 20180310/180308231209-c777e8c10ace1ce81b3727290c24c993 (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.