Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2011 FBO #3435
SOLICITATION NOTICE

F -- F - Removal of Lead-Based Paint from Structures and Lead-Contaminated Soil at Midway Atoll National Wildlife Refuge, Midway Island

Notice Date
4/19/2011
 
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
F11PS00617
 
Response Due
6/2/2011
 
Archive Date
4/18/2012
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
Requirement: Removal of Lead-Based Paint from Structures and Lead-Contaminated Soil at Midway Atoll National Wildlife Refuge, Midway Island. Midway Atoll, located at the northwest end of the Hawaiian Islands archipelago comprises two main islands, Sand and Eastern, and one smaller islet, enclosed within a reef approximately 8 km (5 miles) in circumference, averaging 3 meters (10 feet) above average ocean levels. Sand Island, the focus of this project is about 3 km (1.8 miles) by 2 km (1.2 miles) across with a total land area of about 4.45 square kilometers (1,100 acres). Requirement is set-aside for Service-Disabled, Veteran-Owned Small Businesses within the western states of Hawaii, California, Oregon and Washington. Small Business Size Standards: Applicable NAICS Code is 562910. The small business size standard for this NAICS code is 14 million annually. Work has been divided into nine different decision units and is delineated in the Engineering Evaluation/Cost Analysis (EE/CA) which was completed in January of 2011. Work to be funded on the initial contract award and performed in FY2011 will consist of providing equipment, materials, and supplies for the preparation of the R2 disposal unit and implementing the removal action alternative #3 in Decision Unit 6. Government IGE for this work to be performed is $1,205,798 + 143,800 (shared equipment costs) = $1,349,958. Work for decision unit 6 is anticipated to be performed when Laysan albatross are not on island (August through October 2011). There are 6 option years associated with the Midway Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) removal actions; they are as follows: Option year 1 (2012): Equipment, materials, and supplies for removal action alternative #3 in Decision Unit 1 and the implementation of removal action alternative #3 in Decision Unit 1. IGE: $579,031 + 143,800 (shared equipment costs) = $722,831 Option year 2 (2013): Equipment, materials, and supplies for removal action alternative #3 in Decision Unit 2 and the implementation of removal action alternative #3 in Decision Unit 2. IGE: $769,709 + 143,800 (shared equipment costs) = $912,879 Option year 3 (2014): Equipment, materials, and supplies for removal action alternative #3 in Decision Unit 4 and the implementation of removal action alternative #3 in Decision Unit 4. IGE: $677,074 + 143,800 (shared equipment costs) = $820,874 Option year 4 (2015): Equipment, materials, and supplies for removal action alternative #3 in Decision Units 5 and 7 and the implementation of removal action alternative #3 in Decision Units 5 and 7. IGE: $849,448 + 143,800 (shared equipment costs) = $993,248 Option year 5 (2016): Equipment, materials, and supplies for removal action alternative #3 in Decision Units 3 and 8 and the implementation of removal action alternative #3 in Decision Units 3 and 8. IGE: $899,458 + 143,800 (shared equipment costs) = $1,043,258 Option year 6: (2017): ): Equipment, materials, and supplies for removal action alternative #3 in Decision Unit 9 and the implementation of removal action alternative #3 in Decision Unit 9. IGE: $2,333,333 + 143,800 (shared equipment costs) = $2,471,133 Option year decision units will be funded by modification based upon availability of funds. Work can only be completed for decision units when birds are not present on site, which is usually July through October of each year. It is possible that portions of the LBP abatement activities and painting activities can be conducted during nesting periods. Based upon the four month window, completion of all decision units will take 5 to 6 years to complete. Equipment is available on-island for moving, staging and unloading equipment and supplies from barges. Contractor will be charged on-island rental fees (reimbursable) for equipment. The Solicitation with Clauses and the Notice to Offerors and various attachments will be available through the FedBizOpps web site (https://www.fbo.gov/) and Fish and Wildlife Service FTP website (https://manage.fws.gov/ftp_r1cgs_solicitations/F11PS00617). **Please note the Performance Work Statement for the project will be available through and Internet Link on the Notice to Offerors page. SITE VISIT: Due to the remoteness of the site, a site visit is not scheduled. Pictures will be available on the ftp web site referenced above. SOLICITATION EVALUATION FACTORS FOR CONTRACTORS ATTENDING SITE VISIT: The following evaluation factors, listed in descending order of importance, will be used in the evaluation of proposals received from potential bidders. FWS will consider the immediate past 10 years as the period of time for evaluation under factors 1 and 3. 1. Specialized experience and technical competence in the types of work required for the solicitation. The contractor shall demonstrate extensive experience in demolition, the remediation of metals in soil, landfill/containment cell design and construction, lead/asbestos abatement, working on Pacific islands including remote locations, and working with and around historic structures and interacting with SHPOs. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, compliance with performance schedules, management effectiveness, and overall customer satisfaction. 4. Location of the firm and essential staff for this project. Contractor must be a licensed in HI, OR, WA, and/or CA. Higher consideration will be given to those firms that provide references similar in nature to the requirements cited in the performance work statement, which includes similar contracts with remote operations like Midway Atoll. Contractor performance information posted to the Past Performance Information Retrieval System (PPIRS) may be used to supplement past performance evaluations. Solicitation package is anticipated to be issued on or about May 3, 2011 with receipt of proposals due approximately 30 days thereafter, or June 2, 2011. This will be a best value award where evaluation factors specified within the solicitation, when combined, will be considered equal to cost or price. Price will be based upon the combined total for all nine decision units. Successful awardee will be required to submit a one hundred percent payment and performance bond within 10 calendar days after award of the contract. Interested contractors must complete online representations and certifications application (ORCA) at "http://www.bpn.gov" and must be registered in CCR at http://www.ccr.gov to be eligible for an award. For questions, please email Karl_Lautzenheiser@fws.gov. All information must be received by USFWS, 911 NE 11th Ave., Portland, OR 97232 by the closing date posted on the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00617/listing.html)
 
Place of Performance
Address: Midway Atoll National Widlife RefugeBox 50167Honolulu, HI
Zip Code: 96850
 
Record
SN02427976-W 20110421/110419234734-d062e6a7a8469c97aad8f65f3bd72ae8 (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.