Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
SOLICITATION NOTICE

93 -- Neosho National Fish Hatchery Aquariums

Notice Date
4/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Construction & Acquisition Division, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
30181AQ256
 
Response Due
5/10/2010
 
Archive Date
4/26/2011
 
Point of Contact
Delores Aldinger Contract Specialist 6127135208 delores_aldinger@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
SOLICITATION NO. 30181AQ256 -- U.S. FISH & WILDLIFE SERVICE (REGION 3), FORT SNELLING, MINNESOTA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number for this request is 30181AQ256 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-38). (iv) This solicitation is issued for full and open competition. NAICS code is 712130 Aquariums and the small business size standard is $7.0 million. (v) Pricing must be provided in accordance with the schedule stated in the statement of work. This will be awarded as a "best value" procurement. (vi) Description of requirements: The U.S. Fish and Wildlife Service Region 3 has a requirement for installation of aquarium fish tanks, at Neosho National Fish Hatchery (NFH), Neosho, Missouri, in accordance with the Scope of Work, attached hereto. (vii) Delivery is due by July 31, 2010. Neosho NFH is located at East Park Street, Neosho, Missouri. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and addenda to the provision includes all quotes to be in English and priced in U.S. dollars. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical capabilities/qualificationsPast performance/experiencePriceSample ProductsTechnical capability/qualifications, past performance/experience, and sample products, when combined, are approximately equal to price. (x) Offerors shall complete and include one completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-06 Alt I, 52.219-4, 52.219-08, 52.219-28, 52.222-3 52.222-19, 52.222-21, 52.222-26, 552.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-01, 52.225-13, 52.232-30, 52.232-33, (xiii) Additional terms and conditions applicable to this acquisition are as follows: 144805.42Electronic Commerce Website Please visit the electronic commerce website: http://ideasec.nbc.gov. You are required to register in www.ccr.gov and receive a MPIN number prior to accessing the IDEAS-EC website. Upon successful completion of the CCR registration and maintaining an active registration, you will be able to view posted solicitations and awards and submit quotes on-line. All vendors with access to the internet and an email address can receive electronic notification of awards. Vendors can also be sent an email notification of any solicitations directed to them. 144842.01 Contractor Performance System (CPS) The Contractor Performance System (CPS) is a Federal, multi-agency, web based system created to collect, maintain, and disseminate contractor performance information as required by the Federal Acquisition Regulation, Subpart 42-15. The system allows contractors to access interim and final evaluations electronically for review and comment following registration into the system. Contractors receiving awards in excess of $25,000 are required to register in this system. You may register using the following website: http://cpscontractor.nih.gov. This site provides instructions on how to register and offers computer-based training for contractors through the "CPS Contractor On Line Training" hyperlink. There is no fee for registration or use of the system. Electronic evaluations are available to registered Contractors for review 30 days from the date the evaluation is sent. 144842.02 Government Liaison-Service Direction (a) The performance required herein shall be subject to the service direction of the Government Liaison (GL) as identified below. As used herein, "service direction" is defined as direction to the contractor that fills in details, suggests possible lines of approach, or otherwise supplements the scope of the work set forth herein and shall not constitute a new assignment, and does not supersede or modify any article or clause of this contract. Additionally the Government Liaison may certify invoices on behalf of the Contracting Officer. (b) The Government Liaison is not authorized to perform, formally or informally, any of the following actions:(1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contact;(2) Waive or agree to modification of the delivery schedule;(3) Make any final decision on any contract matter subject to the Disputes Clause;(4) Terminate, for any reason, the contractor's right to proceed;(5) Obligate in any way, the payment of money by the Government. Only a warranted Contracting Officer is authorized to obligate funds on this or any other contract action. (c) The contractor shall immediately notify the Contracting Officer in writing if the Government Liaison has taken an action (or fails to take action) or issues direction (written or oral) that the contractor considers exceeding the above limitations. (d) The Government Liaison assigned for this contract is: Carol FixU.S. fish & Wildlife ServiceDivision of EngineeringBishop Henry Whipple Building, One Federal DriveFort Snelling, MN 55111-4056Phone: 612-713-5264Fax: 612-713-5291 (e) Only the Contracting Officer may designate a different Government Liaison. (xiv) N/A (xv) Quotes must be received by 3:00 P.M. Central Time on May 10, 2010. Quotes must be submitted to the U.S. Fish and Wildlife Service, Region 3, Construction & Acquisition Division, Attention: Delores Aldinger, 1 Federal Drive, Fort Snelling MN 55111-4056. Offerors may submit quotes by mail or facsimile transmission to the attention of Delores Aldinger. All Prospective contractors are required to submit or upload their organizations representation and certification at https://orca.bpn.gov. Failure to submit this provision, properly completed, may result in a non-responsive quotation. Prospective contractors must be registered in CCR at http://www.ccr.gov. (xvi) For information regarding the solicitation or to obtain additional information, please contact Delores Aldinger at 612-713-5208 or by email to delores_aldinger@fws.gov SECTION C- DESCRIPTION/SCOPE OF WORK -- RFQ NO. 30181AQ256 C.1.0 GENERAL: U. S. Fish & Wildlife Service (FWS), Neosho National Fish Hatchery, Neosho, Missouri. C.1.1REQUIRED SERVICES: The United States Department of Interior, Fish and Wildlife Service (FWS), Region 3 Office, requires aquarium design, fabrication, and installation for a visitor center which is being constructed at the Neosho National Fish Hatchery. C.1.2PROJECT BACKGROUND: Before being awarded as a design/build project, this project went through the bidding process three times, unsuccessfully. During this process, some changes and deletions were made from the original design. One of the unknowns was the aquarium. After a couple of previous false starts, the FWS started negotiations on an agreement with Bass Pro shops for the design/fabrication/installation of the aquarium equipment. This agreement has since fallen through and the FWS is in need of an aquarium designer/fabricator/installer for this visitor center. The aquariums will also need to include theming. C.1.2.1Preliminary exhibit designs were completed by Wilderness Graphics. The final exhibit design and fabrication/installation along with the interior design for the entire building is being completed by Malone Fabrications. The aquarium designer shall coordinate with Malone Fabricators for theming and color schemes to compliment the rest of the exhibits.C.1.2.1.1Contact Information for Malone Fabrications:Michael LewisPhone # 770-593-7265C.1.2.2This building is in the process of being LEED certified under version 2.2, and therefore, all materials used by the aquarium designer/fabricator/installer shall be in compliance with LEED 2.2 requirements. C.1.3PROJECT DESCRIPTION: The building, as originally designed, is a 9,800 gross sf, two story, type V-B, sprinkled, building in Neosho, Missouri. The first floor (5552 sf) of the facility will be comprised of mostly visitor exhibit space, a bookstore, restrooms, IT room, and meeting/wet lab spaces. The second floor (3846 sf) will be comprised of mostly office spaces, with meeting room/lunch room, restrooms, file areas, mechanical room, etc. C.1.2LOCATION OF PROJECTNeosho National Fish HatcheryEast Park StreetNeosho, Missouri 64850Phone # 417-451-0554Fax # 417-451-4632 C.2.0 DEFINITIONS C.2.1 Contracting Officer - The officer signing the Task Order on behalf of the Government. The Contracting Officer has overall responsibility for the Task Order and is the only one who has the authority to terminate a Task Order, to authorize changes or modifications and to issue a final decision. C.2.2 Contracting Officer's Representative (COR) - The Government Engineer who will have the following authority under the Task Order.Represent the Contracting Officer for all technical matters that may arise under the Task Order.Shall remain cognizant of the Contractor's technical efforts and progress and discuss these matters with him as appropriate.Respond to the Contractor's inquiries on purely technical aspects of the Task Order.Review progress payment requests from the Contractor. C.2.3DESIGNATED PROJECT PERSONNEL C.2.3.1Contracting Officer:Delores AldingerU.S. Fish and Wildlife ServiceContracting and General ServicesBishop Henry Whipple Federal Building1 Federal DriveFort Snelling, MN 55111-4056Phone: (612) 713-5208FAX: (612) 725-1717 C.2.3.2Project Manager and the Contracting Officer's Representative:Carol FixU.S. Fish and Wildlife ServiceDivision of EngineeringBishop Henry Whipple Federal Building1 Federal DriveFort Snelling, MN 55111-4056Phone: (612) 713-5264Fax: (612) 713-5291E-mail: Carol_Fix@fws.gov C.3.0 CONTRACTOR-FURNISHED ITEMS - None C.4.0 GOVERNMENT-FURNISHED PROPERTY/ITEMS C.4.1The Government shall provide existing conceptual drawings. C.4.2The Government shall provide a suggested list of life support system equipment that Bass Pro Shops had already compiled for their design. C.4.3The Government shall provide all current information from Malone Fabricators in regard to exhibit layout and colors. C.4.3If requested, the Government will provide the design/build specifications. C.5.0SPECIFIC TASKS: C.5.1Meetings: C.5.1.1The aquarium project manager shall attend two meetings with the exhibit contractor and Government representatives, to discuss aquarium design and theming and to coordinate the aquariums with the exhibits. The meetings shall be held at the Neosho National Fish Hatchery, located in Neosho Missouri. C.5.2 Review: The contractor shall review the Government furnished materials and discuss any issues with the COR. C.5.3 Fabrication: C.6.0 DELIVERABLES C.6.1Background Information: Deliverables are the notes, drawings, and documents that are produced as part of the package and sent by the design team to the client. Their purpose is to inform, enlighten, and educate the client and to also illustrate the project design. It is imperative that these deliverables clearly illustrate the project in a manner that the client can understand and appreciate. C.6.2 Minutes of Meetings: Minutes of meetings and review conferences between the client and the design team shall be made and distributed to those who attended the meeting. Their purpose is to record in a general way the subject matter covered at the meeting and to record specifically any decisions made and actions required by attendees. C.6.5 Fabrication: The Contractor shall await the Contracting Officer's approval of the Final Aquarium Designs before proceeding with this phase of the contract. Upon receipt of approval to proceed with fabrication, the Contractor shall proceed with this stage of the work. C.6.5.1 The aquarium designer shall determine whether the large aquarium is able to be fabricated in one piece and installed or will have to be fabricated in more pieces and assemble on site. C.6.5.2 All aquariums shall be fabricated with leveling devices, if necessary, to account for discrepancies in the ceiling, walls, or floors. C.6.5.3 The schedule shall allow the Government to inspect fabricated work in the Contractor's shop at the 50% completion stage and have the final inspection at least 5 working days before the work is scheduled to be installed at the Hatchery. The government may reject the work or any portion of it if the work does not meet the standards and requirements of the contract. C.6.6 Installation: C.6.6.1 Before proceeding with the installation, the Contractor shall confer with the COR to arrange for storage of materials and equipment, approaches and delivery area, and all other pertinent details of the conduct of work, including access, scheduling, and length of installation. C.6.6.2 Before proceeding with installation, the contractor will walk through the building with Hatchery staff to note any already existing defects in the building. Such defects will be noted, so as not to become the responsibility of the Aquarium Contractor. C.6.6.3 The Contractor shall consider the size of doors into and out of the Visitor Center when fabricating aquariums. C.6.3.4 The Contractor shall have access to the site seven (7) days before starting work, however, he/she shall confine work to the on-site storage areas specified by the COR. C.6.3.5 Repairs and costs of all existing structures or facilities damaged during installation shall be borne by the Contractor. C.6.3.6 When installation is complete, the Contractor shall conduct a final walk-through with the Hatchery staff and the COR to ensure the project is complete to the satisfaction of the Government. C.6.6.7 Delivery and Storage: The Contractor shall bear all costs of shipping aquariums to the Hatchery. The Contractor shall bear all costs of storing aquariums whether storage occurs on the Hatchery or while in transit or prior to shipping. The Contractor bears all risk of loss of the aquariums until they are installed at the Hatchery and installation is accepted by the Government. In addition to all other insurances required under this contract, the Contractor shall provide insurance against the damage or destruction of the aquariums, while in transit or in storage, until the aquariums are installed and the installation is accepted by the Government. The amount of insurance shall be equal to the replacement costs of the aquariums. A certificate of insurance shall be provided to the Contracting Officer prior to shipping of the aquariums. C.6.6.8Utilities and Equipment: C.6.6.8.1Water and electric service now supplying the property will be made available to the Contractor for use on this project without charge. The Contractor shall submit a list of such needs, to the COR, with at least fourteen (14) calendar days notice. The Contractor shall be required to provide his/her own telephone service. C.6.6.8.2Unless otherwise stipulated, the Contractor shall provide and pay for all material, labor, tools, equipment (including ladders, trucks, handtrucks, scaffolding, etc.), transportation facilities, appliances, and other items necessary for the proper execution and completion of the work. Unless otherwise approved, all material shall be new and of undamaged quality. C.6.6.9Alteration to Exhibit Rooms: All alterations to exhibit room interiors required for installation of aquariums and completion of contract (e.g., new walls, wall coverings, painting, wiring, lighting, etc.) are the responsibility of the Contractor. C.6.6.10Warranty: All aquariums shall have a one year parts and labor warranty from the time of final acceptance. During the warranty period, all repairs must be made to aquariums on-site and within 10 calendar days of when they are reported to the Contractor, unless otherwise negotiated. Any extended manufacturer's warranties become the property of the Government. C.6.6.11Setting the Aquariums in Place: C.6.6.11.1 The Contractor shall carefully inspect all existing surfaces which receive the work of the contract and shall notify the Contracting Officer of any defects, improper materials or finishes, workmanship, or other conditions which, in his/her opinion, will affect the satisfactory completion and permanency of the work. Starting work shall imply that everything is ready and suitable to receive the work and shall serve as a waiver of any subsequent claim thereafter. C.6.6.11.2 The Contractor shall provide all items needed to attach aquariums to the exhibit area and shall ensure that the attachment is structurally sound and adequate. C.6.6.12Protection of Government Property and Employees: C.6.6.12.1 The Contractor shall provide adequate protection for all parts of the building, its contents, and occupants wherever work under this contract is being performed. This protection shall include dust protection and protective covering of interior surfaces and furnishings not included in this contract. The Contractor shall furnish and lay drop cloths to protect floors and all other adjacent work and materials from defacement, in all areas where the painter's finish work is being done. The Contractor shall remove all temporary protection and replace all floor and wall coverings removed from any part of the work or finish. Resilient protective covering shall be used on carpeted areas during movement of materials, structures, and equipment. Resilient protective covering shall be used in the exhibit areas throughout the period of Contractor occupancy. Any damage resulting from neglect of these requirements shall be repaired at the Contractor's expense, to the complete satisfaction of the Contracting Officer. C.6.6.12.2 All open containers of flammable materials shall be kept in fireproof metal cabinets. The Contractor shall provide approved fireproof metal cabinets for storage of those flammable materials. C.6.6.12.3 At least fourteen (14) calendar days prior to occupancy, the Contractor must furnish a list and Material Safety Data Sheet (MSDS) for all chemicals that will be used on the Hatchery (liquid, solid, or gas) for approval by the Hatchery hazardous material coordinator. The Contractor shall coordinate with the Hatchery staff for the safe storage, disposal, and use of all chemicals and devices used to apply, work with, or otherwise come in contact with chemicals. The Contractor shall abide by Hatchery-specific policies regarding the storage, use, handling, and disposal of all chemicals used during his/her occupancy of the Hatchery. Chemicals include paints, and finishes, solvents, cleaning supplies, lubricants, fuel, pesticides, and any other non-inert substance. C.6.6.12.4 The Contractor shall keep the space used for storage of equipment and material in a clean and orderly condition. Keep all paint rags and waste in metal containers tightly covered, and safely dispose of them at the end of each working day. Take precautions to avoid fire, and provide an approved fire extinguisher immediately outside each paint storage area. C.6.6.13Operation and Maintenance Manual Submittals: The Contractor shall provide the Government with two copies of a manual which completely describes maintenance procedures necessary for the components provided, proper cleaning, replacement of damaged parts, operation of moving parts, correction of malfunctions, lamp replacement, lubrication, removal of panels, proper cleaning of screen surfaces, software help, etc., using diagram or illustrations where helpful. C.6.6.14Cleaning and Waste Removal: It shall be the responsibility of the Contractor to keep all building circulation areas and site areas free and clear at all times of any dirt, debris, or other materials resulting from his/her operations. The Contractor shall remove all waste materials from the site. All material must be hauled away from the building, off of the Hatchery and properly disposed of. The Contractor shall not barricade or otherwise block any road, or internal route area without prior permission from the COR. C.7.0 USE OF DESIGNATED PERSONNEL C.7.1 The Contractor shall utilize only key personnel, consultants and subcontractors designated in his/her proposal throughout the duration of the contract. Any proposed substitute or additional key personnel, consultants, or subcontractors must be approved by the Contracting Officer, in writing. C.8.0 PROJECT SCHEDULE C.8.1 Pre-Final Aquarium Designs: Shall be submitted within 30 days of notice to proceed. Upon review by the FWS representatives, which will be completed within seven (7) calendar days, the Contractor will be notified of any necessary corrections and be given notice to proceed with the final documents and submissions. C.8.2 Final Aquarium Designs: Shall be presented at the Contractor's facilities within 15 days of the Pre-Final Aquarium Designs submittal. C.8.3 Notice to Proceed to Fabrication: Notice to Proceed to Fabrication will be made within 7 days of presentation of Final Aquarium Designs. C.8.4 Fabrication and Installation: Schedules will be negotiated when Final Working Documents are reviewed and approved and notice to proceed to fabrication is given. C.8.4.2 Operation and Maintenance Manuals and all warranties must be in the possession of the Hatchery staff before the Contractor leaves the site after installation. An extended warranty must be available for an agreed-upon price for each year thereafter. C.9.0 PAYMENTC.9.1 The Contractor may request payments on a monthly basis. C.10.0 CONSTRUCTION PROJECT SCHEDULE C.10.1 The building construction contract notice to proceed was issued for July 10, 2009 and construction is expected to last approximately one year. END OF ANNOUNCEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/30181AQ256/listing.html)
 
Place of Performance
Address: Neosho, Missouri
Zip Code: 64850
 
Record
SN02131841-W 20100428/100426234530-cb92918b0eccd5eb1b0a9033a05155d2 (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  © 1994-2020, Loren Data Corp.