Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2024 SAM #8271
SOURCES SOUGHT

Y -- Y--PUERTO RICO - VIEQUES NWR- RESTROOM REHAB

Notice Date
7/18/2024 12:16:35 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FWS, HURRICANE & RECOVERY Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
DOIFFBO240159
 
Response Due
7/29/2024 11:00:00 AM
 
Archive Date
07/29/2024
 
Point of Contact
Baker, Tina
 
E-Mail Address
tina_baker@fws.gov
(tina_baker@fws.gov)
 
Description
This is a Sources Sought Notice for the purposes of conducting market research and obtaining industry information ONLY. This is NOT a request for proposal, quotation, or bid, nor a synopsis of a proposed action under FAR Subpart 5.2. No reimbursement will be made for any costs associated for providing information in response to this synopsis or on any follow up information. No solicitation is currently available. The U.S. Fish & Wildlife Service (USFWS) will use information obtained through this synopsis as well as other market research to develop an acquisition strategy. Summary: The USFWS is anticipating the solicitation and award of one firm fixed price construction contract to remove and replace the damaged restroom buildings at Vieques National Wildlife Refuge (NWR), Puerto Rico. The work under this contract is expected to include but is not limited to the following: General Requirements (Task 1): Construction Services Task � Demolish and Remove Existing Wooden Compost Restrooms 1. Task shall consist of all mobilization costs, contract administration, and project management for the safe demolition and removal of the two (2) pre-existing wooden compost restrooms. 2. For purposes of this project, each compost restroom building is a 10� x 10� enclosed structure with a self-contained waste holding tank over the surface. Both the super-structure as well as the waste vault system (and the contents within) are required to be removed and disposed of in accordance with all applicable waste disposal requirements of the Refuge. General Requirements (Task 2): Construction Services Task � Install Two (2) New Pre-Cast Concrete Comfort Stations 1. Task shall consist of properly installing two (2) new pre-cast concrete comfort stations in the vicinity of the pre-existing compost restrooms. Each comfort station shall have a superstructure footprint of no less than 75 sqft (7.5� x 10�) but be no larger than 10� x 10�. 2. Each structure shall be able to withstand hurricane force winds. 3. Each new comfort station shall have a riser that is composting similar to the comfort stations manufactured by Clivus Multrum Inc. Each vault shall be installed in accordance with all applicable codes, federal and state. 4. The new restroom installed shall comply with the latest-to-date ADA codes for accessibility. The primary NAICS code for this acquisition will be 236220 Commercial and Institutional Building Construction and the size standard is $45 Million. Response Requirements: Only SMALL BUSINESS categories are invited to respond. Responses must include the following: 1) Unique Entity Identifier (UEI) number 2) Document capability by providing a narrative response detailing a minimum of two {2} and a maximum of (5) projects similar to those detailed above. Project information shall include final price, location, date, and a narrative description. Responses shall be emailed to Tina Baker (tina_baker@fws.gov) no later than 07/29/2024 at 2:00 PM Eastern Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/544842b02acc418ab99dad5f2d7bb075/view)
 
Record
SN07135230-F 20240720/240718230125 (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.