Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

Y -- Two-Phase Design Build of a Visitor/Administrative Center at Ash Meadows National Wildlife Refuge, Amargosa Valley, Nevada

Notice Date
4/26/2011
 
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
F11PS00618
 
Archive Date
4/25/2012
 
Point of Contact
Paul Griffin Contracting Officer 5032312391 Paul_Griffin@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
Competitive 8(a)
 
Description
The US Fish and Wildlife Service, Region 1/8-Pacific Southwest, is preparing to issue a solicitation (Request for Proposals-RFP) for a two-phase design-build of an approximately 12,000 square foot Administrative/Visitor Center Building at the Ash Meadows National Wildlife Refuge, Desert National Wildlife Refuge, near Amargosa Valley, Nevada. The full solicitation package inclusive of the two-phase evaluation and selection process(es), solicitation forms, documents, drawings, and specifications required to submit an offer for this requirement in response to Phase I of the solicitation will be available within the next 30 calendar days. SET-ASIDE: 100% Competitive 8(a) PROEJCT MAGNITUDE: $5,000,000 to $10,000,000 (Five to Ten Million US Dollars) NAICS: 236220 Commercial and Institutional Building Construction SMALL BUSINESS SIZE STANDARD: $33.5M PROJECT LOCATIONUS Fish and Wildlife Service, Desert National Wildlife Refuge Complex, Ash Meadows National Wildlife Refuge, 610 Spring Meadows Road, Amargosa Valley, Nevada, 89020-0115. PROJECT OVERVIEW:The project will entail the selected contractor providing all design, engineering, architectural, labor, management, permitting, fees, supplies, and materials, except for any specified Government furnished materials outlined within the solicitation specifications/drawings, to design and construct a new complete and functioning 12,000 square foot Administrative/Visitor Center Building in turn-key operation for government occupancy at completion of the project. The awarded contractor shall also provide design and construction of all associated building systems including but not limited to site preparation, electrical, mechanical, plumbing, fire suppression, ventilation, telephone, communications, and interpretive exhibit design, fabrication, and installation in accordance with the solicitation documents. Design and Construction shall be required to meet a minimum of Leadership in Energy and Environmental Design (LEED) Silver in addition to meeting all federal energy mandates. The work shall be constructed in phases as conditioned by the Contracting officer and contract documents for an overall period of performance of not more than 600 calendar days upon the awarded contractors receipt of Notice-to-Proceed, inclusive of 240 calendar days for design, and 360 calendar days for construction. The two-phase design-build solicitation and evaluation process shall be conducted in accordance with Federal Acquisition Regulation(FAR) SubPart 36.3. The issued RFP shall set forth the requirements for responding to Phase I of the solicitation, as well as all technical evaluation factors and subfactors for both Phase I and Phase II. At the closing date of the Phase I Solicitation, the government shall evaluate responsive proposals received in response to Phase I of the solicitation to short-list no more than five (5) contractors to Phase II. Only those successful firms selected as a result of Phase I evaluations will be requested to submit technical and pricing proposals for Phase II. Phase II proposals will only be requested from those firms who are short-listed as a result of the Phase I evaluation process, and shall be evaluated in accordance with the Phase II Evaluation Process. Please note that the government will not be maintaining a bidders list during the solicitation period for this requirement during Phase I. However, vendors are strongly encouraged to review the "Interested Vendors List" tab found at www.fbo.gov near the center-middle portion of the screen where this announcement is posted. Please also note that solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available ONLY electronically and via the government point of entry(GPE) found at www.fbo.gov. Hard copy documents will NOT be supplied by the government to any interested parties as a result of this solicitation. Vendors submitting offers for this requirement must be actively registered in the Central Contractor Registration (CCR) to participate; offers received from vendors that are not currently registered will be rejected. Website: http://www.ccr.gov. The CCR Help desk number is 888-227-2423. Vendors must have completed and have accurate and current on-line representations and certifications found at www.orca.bpn.gov to be considered for award. Award for this requirement is anticipated to be based on "Best Value" to the Government, price and other evaluation factors considered. Identification of significant evaluation factors and subfactors will be duly noted within the solicitation documents, once issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00618/listing.html)
 
Place of Performance
Address: Approximately 90 Miles North-Northwest of Las Vegas, Nevada, Armagosa Valley, Nye County, Nevada
Zip Code: 890200115
 
Record
SN02433009-W 20110428/110426234101-ec110d14dccab19a6ae4cb1ef525fbde (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.