Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538

U.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