Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOLICITATION NOTICE

Y -- Kilauea Point NWR Lighthouse Lantern Restoration

Notice Date
2/25/2010
 
Notice Type
Presolicitation
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
10181AR459
 
Response Due
4/26/2010
 
Archive Date
2/25/2011
 
Point of Contact
Karl Lautzenheiser Contracting Officer 5032312052 Karl_Lautzenheiser@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service, Region 1 office in Portland, Oregon has a requirement to complete the first phase of the existing lighthouse restoration at the Kilauea Point National Wildlife Refuge, Kilauea, Kauai, Hawaii. The contractor shall furnish all management, supervision, labor, materials, equipment and incidentals required for the restoration work. The following is a brief description of the work requirements for this contract: Restoration includes lead-base paint removal, containment and disposal; repairs to the exterior cast-iron vent ball assembly, roof plate repairs, replace roof rail, gallery rail, ladder rails and stanchions, repair cornice and architrave, repairs to the lantern room glazing, restore air registers and vents, restore floor lights, and all other requirements associated with the restoration work identified in the solicitation. This acquisition is being advertised as FULL AND OPEN COMPETITION and any resultant contract award will be issued pursuant to FAR Part 19, Subpart 19.10, Small Business Competitiveness Demonstration Program. In accordance with FAR Part 36.204(f) the magnitude is between $500,000.00 and $1,000,000.00. The primary North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction with a size standard of $33.5 million. Prior to award of any contract to a large business, the Service contractor, if not a small business, will be required to submit and have FWS approve a small business subcontracting plan. Contract award will be contingent upon receipt and approval of a subcontracting plan, in accordance with Public Law 95-507, to provide the maximum practical opportunities for Small Businesses, Small Businesses owned and controlled by socially and economically disadvantaged individuals, and by Women-Owned Small Businesses. A small business subcontracting plan will be included as an attachment to the solicitation package. The proposed procurement listed herein is not set aside for small business. All responsible sources may submit an offer. Offers from Hub Zone small business concerns will receive a price evaluation preference per FAR 19.13. FAR Clause 52.219-4 Notice of Price Evaluation Preference for Hub Zone Small Business Concerns shall apply. CAUTION: This solicitation will be issued electronically as will any amendments thereto. As a result of the posting, the Government is under no obligation and is in fact unable to maintain a bidder's mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet address in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals, however trivial the affect, may render your proposal nonresponsive and result in the rejection of same. If amendment(s) should be issued and posted to FedBizOpps, they must be signed and returned or acknowledged on the reverse of the Standard Form 1442. Interested parties may register for automated notification of postings. No reimbursement will be made for any costs associated with providing information in response to this synopsis, the pending solicitation or any follow up information requests. Solicitation number 10181AR459, to include all attachments, will be made available by March 26, 2010 (approximate) and will only be available electronically through a link to the National Business Center Interior Electronic Acquisition System-Electronic Commerce at www.fedbizopps.gov or http://ideasec.nbc.gov. For assistance in downloading information from the National Business Center contact the helpdesk at (703) 390-6707. No hard copies of the solicitation, supporting documents and applicable amendments, if any will be provided. Drawings for this project will be accessible by a web site listed as a link in the solicitation package. To receive the entire solicitation package and any applicable amendments, prospective offerors must download them from the website and an FTP site that will be identified in the solicitation. For assistance in downloading information from the National Business Center, please contact their helpdesk at (703) 390-6707. Interested contractors must be registered in the Central Contractor Registration www.ccr.gov (CCR) and complete Online Representations and Certifications (ORCA) at www.bpn.gov. Solicitation is anticipated to be issued on or about March 26, 2010. Based upon actual issuance date, response date for proposals will be approximately 30 days thereafter. The proposed non-commercial, firm fixed price construction contract would be awarded to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and past performance considered, using competitive best value source selection in which competing offeror's past performance will be evaluated as significantly more important than cost or price considerations. A bid guarantee for 20 percent of the bid price will be required with proposal submission. To be considered for award, contractors must be active in the Central Contractor Registration database. This can be accomplished on line at the web site https://www.bpn.gov/ccr/default.aspx. Representations and Certifications can be completed online at the business partner network web site http://www.bpn.gov/. The successful awardee will be required to furnish performance and payment bonds for 100 percent of the contract price within 15 days after contract award, along with proof of insurance for amounts specified in the solicitation. A notice to proceed will be issued upon receipt of insurance and bonding. Construction will be required to begin no later than July 15, 2010 with an estimated Period of Performance of 60 calendar days from issuance of notice to proceed for completion date of project. Technical questions may be directed to Brad Senatra at (503) 231-2089 and contracting questions may be directed to Karl Lautzenheiser at (503) 231-2052.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/10181AR459/listing.html)
 
Place of Performance
Address: Kaua'i National Wildlife Refuge ComplexP.O. Box 1128Kilauea, Hawaii
Zip Code: 96754
 
Record
SN02076629-W 20100227/100226094755-09fe7e7255d54c5babc21ff63fd1d960 (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.