|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division,
Contracts Branch A WC31, 7600 Sand Point Way NE, Bin 15700, Seattle, WA
98115-0070 Z -- RESTORATION OF TWO SITES IN COMMENCEMENT BAY -- TACOMA, WA SOL
52ABNF000035 DUE 033100 POC To reserve a copy of the solicitation, call
Judi Jzyk at 206-526-6039 NOAA's National Marine Fisheries Service,
Damage Assessment and Restoration Center NW, is seeking proposals for
Solicitation #52ABNF-0-00035, construction of salt marsh habitat
restoration at two-sites in Tacoma for the Commencement Bay Natural
Resource Trustees. This procurement will be accomplished by using
Two-Step Sealed Bidding procedures. Award will be made in accordance
with FAR 14.5. Step-One (Request for Technical Proposal) consists of
request for, submission of, evaluation of, and (if necessary)
discussion of technical proposals. The technical proposal shall not
include prices or pricing information. The Government will evaluate
and, if necessary, discuss the technical proposal with the offeror to
determine the acceptability of the proposal. All responsible sources
may submit a proposal which shall be considered by the agency. Two
sites will be included under one (1) contract: (A) Wasser/Winter
project includes, but not necessarily limited to: clearing and
grubbing; disposal of concrete rubble, excavation and offsite disposal
of soil/fill material; placement of "fish rock" in three (3)
constructed backwater pools; installation large woody debris, boulders
and erosion control matting; and placement of topsoil. The project is
in an area with over 10 feet of daily tidal range. Some of the
excavation work is at an elevation that will be wet a portion of the
time and some work is at an elevation that will be wet nearly all the
time. The site is directly adjacent to the Hylebos Creek, a
salmon-bearing stream. Consequently, appropriate construction
sequencing, de-watering to maintain suitable working conditions for
deeper excavations, and erosion control measures to prevent discharge
of sediment to the Creek are critical project requirements; (B)
Puyallup Nursery project includes, but not necessarily limited to:
clearing and grubbing; removal and disposal of concrete rubble and
timber pilings, excavation and offsite disposal of soil/fill material,
installation of "rock boxes" (small concrete outlet structures),
erosion control matting; and placement of topsoil. The project is in an
area with over 10 feet of daily tidal range. Some of the excavation
work is at an elevation that will be wet a portion of the time and some
work is at an elevation that will be wet nearly all of the time. The
site is directly adjacent to the Hylebos Waterway, a salmon bearing
waterbody. Consequently, appropriate construction sequencing,
de-watering to maintain suitable working conditions for deeper
excavations, and erosion control measures to prevent discharge of
sediment to the Creek are critical project requirements. Offerors
submitted under Step-One will be evaluated on the following criteria
which appear in descending order of importance: (1) Past Performance,
(2) Technical Approach, and (3) Organization and Management. Step-One,
Request For Technical Proposal (RFTP) will be due approximately March
31, 2000. Offerors should submit technical proposals that are
acceptable without the need for additional explanation or information.
The Government may make a final determination regarding a proposal's
acceptability solely on the basis of the proposal as submitted, and the
Government may proceed with the Step-Two (Invitation for Bid) without
requesting further information from any offeror. However, the
Government reserves the right to request additional information from
offerors on technical proposals that could reasonably be made
acceptable. At the conclusion of the technical evaluation (Step-One),
only those firms submitting acceptable proposals in accordance with the
evaluation criteria, will be eligible to participate Step-Two of this
process. The names of the firms submitting acceptable technical
proposals will be listed in the Commerce Business Daily for
subcontracting purposes only. A pre-proposal/site visit conference will
be scheduled date, time, and location noted in the RFTP documents. All
potential offerors are encouraged to participate. Step-Two involves
the submission of "priced" bids. An Invitation for Bid (IFB) will be
issued only to those firms that were determined technically acceptable
under Step-One procedures. Each bid received in Step-Two must be based
on the offeror's own technical proposal as submitted under Step-One
procedures. This procurement is a 100% Small Business Set-Aside. The
Standard Industrial Code (SIC) is 1629 and the small business size
standard is $17.0 Million. A pre-solicitation notice is being issued
concurrently with this synopsis. Project completion time is estimated
at one hundred twenty (120) calendar days, with construction
anticipated to commence June 2000. Estimated cost is between $500,000
and $1 Million, for both sites. Requests for documents are to be in
writing and may be faxed to 206/526-6025. Requests for Technical
Proposal documents will be available approximately March 1, 2000. Only
firms progressing to Step-Two will receive the Invitation for Bid
(IFB) documents and be eligible for award. Posted 02/14/00
(W-SN425192). (0045) Loren Data Corp. http://www.ld.com (SYN# 0107 20000216\Z-0012.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|