Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2022 SAM #7604
SOURCES SOUGHT

Y -- Y--Single bedroom homes for Hanalei Bay NWR

Notice Date
9/23/2022 9:14:41 AM
 
Notice Type
Sources Sought
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
FWS MIDWEST REGIONAL OFFICE BLOOMINGTON MN 55437 USA
 
ZIP Code
55437
 
Solicitation Number
140F0322Q0074
 
Response Due
10/5/2022 2:00:00 PM
 
Point of Contact
Lautzenheiser, Karl, Phone: 5032312052, Fax: 503231
 
E-Mail Address
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
 
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 FedBizOpps (http://www.fbo.gov). It is the potential offeror�s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 236118 Residential Remodelers Small Business Size Standard: $39.5 Million Product and Service Code (PSC): Y1FA Construction of Family Housing Facilities GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price contact for the following Statement of Work: Requirement: (Qty of 3) single bedroom homes, approximately 400 square foot of living space with an additional front deck (see drawings below for measurements), mounted on a suitable trailer (also provided by vendor) to: � Delivered to: Hanalei Bay NWR � Vendor shall pre-coordinate with station contact (TBD) to arrange delivery day/ time � Delivery Date: 120days after contract award (Vendor shall include in their quote when they can deliver) These homes shall be manufactured to meet the standards set forth in the 2018 International Residential Code to include Appendix Q, or the 2018 Comprehensive RV code standards. Contractor/supplier shall list each home as a separate line item. Scope: Homes include single connection sites for sewer (4 inch), electric tie-in (with appropriate circuit breakers, 1.5� or larger conduit), and water supply connection (1/2 inch). Homes will be permanently mounted to the trailers when delivered. Appropriate tie-downs for weather and vinyl skirting shall be included in this contract. The government will be responsible for all utility connections. Specific requirements include: - 11�2� wide by 40�91/2� long, or comparable, as per design sheet provided by USFWS. If comparable option, layout plans must be submitted with quote. - Operational kitchen and bathroom installed. Kitchen will include electric fan/vent combination, stove, oven, and refrigerator. Stove must be induction type cooktop. - All appliances and plumbing fixtures shall be standard size - Space for apartment style stacked washer/dryer combination (supplied by Government) with appropriate electrical connection (240V) and dryer vent tie in. Minimum requirement 28� wide. - Bathroom will include stand-up shower, a minimum of fiberglass surround, standard vanity mounted sink, and standard size tank flush toilet. - Counters to be solid surface material. - Full compliant NFPA sprinkler system. - Outside veneer will be at a minimum hardy plank. - Exterior lighting on deck. - Double pane, operable, fiberglass windows. - Insulated exterior fiberglass doors, solid core, 6-panel (or equivalent) interior doors. - Access steps to entrance with handrail. - Inside walls at a minimum �� Gypsum board (water resistant Gyp-board in wet areas) taped, textured and painted. Interior walls must be constructed to allow for, and support moving the home from location to location as required with minimal damage. - Wood patterned vinyl plank flooring at a minimum. - R-13 spray insulation for walls, R-40 for ceilings or better. - Metal Roof � standing seam. - Air Conditioning unit, minimum 15 SEER mini-split unit with exterior wall mounted condensing coils and interior wall mounted air handlers. - Minimum one (1) year complete warranty, and additional warranties to industry standard on AC, appliances, and other materials. Deliverables: - Tie Down materials to support each home. - Manuals for all installed appliances and specific materials. - Electrical layout blueprint for each home as installed. - Design blueprint for trailer and connections. Inspection and Acceptance: - The services/work performed under this contract are subject to observation and review by the USFWS. - Work shall conform to standard industry practices and specified codes. - Greening Polices and Programs in accordance with Executive Order 13693 �Planning for Federal Sustainability in the Next Decade.� And with the details pertaining with this statement of work recipients of grants/cooperative agreements and/or sub-awards are to actively and systematically protect the natural processes that sustain life by whenever possible, incorporating environmentally preferable products in their activities. These measures include, but are not limited to, re-refined oil, diverting solid waste (net-zero waste) through recycling and use of materials that reduce greenhouse gas emissions. Government furnished materials/information: Refuge staff will be on station to inspect, and direct unloading of deliverables. Availability: The refuges� entrance is accessible from existing paved roads (there may be short distances of non-paved road to actual delivery point). CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for temporary housing in remote locations like the Hawaiian Islands as listed under `GENERAL INFORMATION.� Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than 250,000 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.� 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 Wednesday, October 5, 2022. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov) with a copy also going to Mark Behrens (mark_behrens@fws.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5ea7af660bc44beaea5932c03f9e3df/view)
 
Record
SN06477283-F 20220925/220923230120 (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.