Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
MODIFICATION

Y -- WA-ENTIAT DESIGN CONSTRUCT NEW GENERATOR

Notice Date
4/20/2017
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS00457
 
Response Due
5/30/2017
 
Archive Date
6/14/2017
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service (USFWS) - Contracting and General Services (CGS) Region 1, located at 911 NE 11th Avenue; Portland, OR 97232, is issuing a Presolicitation Notice for Design, Construction, and Installation Services for a New Standby Generator at Entiat National Fish Hatchery - Entiat Washington (Chelan County). THE WORK CONSISTS OF: (Refer to the Statement of Work and As-Built Drawing for Additional Information) 1.0 Introduction. The U.S. Fish and Wildlife Service (USFWS), Contracting and General Services Region 1 has been tasked to solicit design, construction, and to provide installation of a new standby diesel generator for the Entiat National Fish Hatchery located at 6970 Fish Hatchery Drive, Entiat, Washington 98822. 2.0 General Information. As previously stated, the USFWS Region 1 Fisheries Program proposes to design, construct, and install a New Standby Diesel Generator at the Entiat NFH - Entiat, WA. The new standby diesel generator would be located in the existing generator building, which measures approximately 14-feet wide by 16-feet long. The anticipated generator size is 300 kW. The generator would be connected to an existing 450-gallon Above Ground Storage Tank (AST). The actual generator size would be confirmed by conducting an electrical survey. No connection between the new generator and existing hatchery alarm system would be required. Construction of a generator building expansion of approximately 202 square feet (12-feet, 8-inches by 16-feet) would be necessary to accommodate the new generator. Available Power Source: 480 Volt, 3-Phase at 400 Amps Period of Performance for Design Services: 60 days from award of a contract Period of Performance for Construction: Completion by September 30, 2017 Hatchery Description: Located in the Entiat River Valley, the Entiat National Fish Hatchery raises summer Chinook salmon for release into the Entiat River. Today, the hatchery mitigates for the construction and operation of Grand Coulee Dam and its effects on salmon population. The resulting contract would be Firm Fixed Price (FFP) or lump sum. For building alterations, an energy efficient building would be provided. 3.0 Work Breakdown Structure. This section is intended to present the required tasks and delineate anticipated design and construction requirements for the project. Task 1 - Scope Definition This task includes review of existing generator drawings for Entiat NFH, initial field visit to review existing facility drawings, confirmation of project objectives, and preparation of field visit notes. In addition, the contractor shall evaluate power requirements. A breakdown of the task is as follows: 1.1Review existing generator drawings for Entiat NFH. 1.2Perform initial field visit to review existing facility drawings and develop understanding of hatchery power requirements. -The field visit is to include meeting with the FWS Design and Construction Branch Representative and the Hatchery Manager to discuss implementation priorities. 1.3Confirm project objectives for hatchery standby power during the initial field visit. 1.4Prepare Field Visit Notes. Provide details of discussion items and recommended courses of action. 1.5Evaluate power requirements by conducting an electrical survey. -The survey is to provide enough detail about the existing electrical system and its service connections to result in proper generator sizing. Consider probable expansions to the electrical system (i.e. infiltration gallery construction). Conduct an assessment of the underground electrical service to the hatchery building and identify code compliance deficiencies. 1.6Prepare and submit a survey report summarizing sub-task 1.5. Task 2 - Engineering Design This task includes preparation and submission of 65/95 and final construction documents, technical specifications, attendance of design review meetings, preparation of a tentative design schedule, incorporation of agency review comments, development of calculations, execution of building safety checklists, and preparation of an estimated cost of construction. Engineering Design shall include the generator building, generator, muffler, exhaust shroud, silencer, exhaust piping, insulation, solenoid valve, circuit conductors, automatic transfer switch, ventilation modifications, supply and return fuel line, and other appurtenances. A breakdown of this task is as follows: 2.1Prepare and submit tentative design schedule. 2.2Prepare and submit 65% construction documents. -Include structural, mechanical, and electrical requirements. -Provide demolition plan and notes for the existing generator. -Detail the connection of a temporary standby generator during removal and replacement of the existing generator. 2.3Attend face-to-face design review meeting. 2.4Incorporate agency review comments. 2.5Prepare and submit 95% construction documents by developing the 65% construction documents in sub-task 2.2. 2.6Execute and submit building safety checklists. 2.7Attend face-to-face design review meeting. 2.8Incorporate agency review comments. 2.9Prepare and submit final construction documents. 2.10 Develop structural, mechanical, and electrical calculations. 2.11 Prepare and submit construction schedule. Sequence Construction documents shall detail the sequence of the work. Possible sequence includes: -Provide temporary standby generator prior to removal and replacement of the existing standby generator. -Connect temporary standby generator to hatchery power supply. -Remove and dispose of 125 kW diesel generator and equipment. -Provide and install new properly sized diesel generator and equipment. -Modify hatchery's existing generator building by removing longitudinal building wall framing and roof structure framing. -Evaluate this sequence and provide revisions if required. Task 3 - Construction After receiving approval of Task 2, the contractor shall perform sub-tasks 3.1 - 3.3: 3.1 Shut-off electrical service to the generator building. 3.2 Remove and dispose of the existing 125 kW Generator and appurtenances. -Dispose of existing muffler, exhaust shroud, and exhaust piping. -Provide temporary 125 kW mobile generator. Connect to hatchery electrical system during demolition. -Remove roof assembly on existing generator building. -Remove south exterior wall assembly on existing generator building. -Remove and dispose of existing 4070 exit door. -Credit any salvage value to the USFWS in the offered price. Contractor shall recycle and/or dispose of removed equipment and materials to include hazardous materials/waste in accordance with Federal, Tribal, State, and local regulations. Contractor shall provide recycle/disposal receipts to the COR within 5 work days from the recycle/disposal deliveries. 3.3 Provide and install a new standby diesel generator and expand generator building by approximately 202 square feet (12-feet, 8-inches by 16-feet). New generator to include: a.Muffler b.Exhaust shroud c.Exhaust piping d.Battery charger and battery e.Silencer f.Insulation for attic, silencer, and exhaust piping g.Solenoid valve at above ground storage tank h.Circuit conductors and splice box i.Automatic Transfer Switch j.Gravity, intake, and exhaust louvers -Reuse existing supply and return fuel line from the AST. Disconnect from existing generator and reconnect to new generator. -Protect existing receptacles and conduits. Reuse with new generator. -Construct new reinforced concrete slab-on-grade building foundation of approximately 202 square feet (12-feet, 8-inches by 16-feet). -Construct new exterior reinforced concrete masonry unit (CMU) wall assembly. Connect to existing generator building (Approximately 42 LF). -Construct new roof assembly. Connect to existing generator building (Approximately 570 SF). -Install new intake and exhaust ventilation system ductwork. -Provide and install new 4-feet wide by 7-feet high exit door. Include tempered safety glass window. -Provide and install new 8-feet wide by 8-feet high overhead sectional garage door. -Construct new reinforced concrete slab-on-grade driveway measuring approximately 15-feet wide by 26-feet long. Driveway should be provided up to the overhead sectional garage door. -Perform surface preparation of exterior CMU walls in accordance with surface preparation standard SSPC-SP13 / NACE 6 or ICRI 03732, CSP 1-3. Surfaces should be thoroughly cleaned and dried. Refer to manufacturer's data sheet for previously painted surfaces. -Apply concrete/masonry primer and surface coatings in accordance with manufacturer's recommendations. Use an acrylic based surface coating for industrial applications. Improvements shall be constructed in compliance with Approved Task 2 - Final Construction Documents. EVALUATION: (Refer to Sections L & M for Additional Information) Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Lowest-Price Technically-Acceptable (LPTA) Source Selection Process shall be utilized in accordance with (IAW) FAR Part 15.101-2. There will be two (2) non-cost evaluation factors: Technical Capabilities and Past Performance. Price will be evaluated separately. To receive consideration for award, a rating of no less than `Acceptable' must be achieved for Technical Capabilities and Past Performance. The Government intends to evaluate proposals and award a contract without discussions with Offerors, except clarifications as described in FAR 15.306(a); therefore, the offerors initial proposal should contain the offerors best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the contracting officer later determines them to be necessary. DATES, SET-ASIDE INFORMATION AND GOVERNMENT POC: The solicitation, specifications and other attachments will be available for download on FedBizOpps (https://www.fbo.gov/) on or about April 20, 2017 with an anticipated proposal due date of May 30, 2017. Site Visit: Firms interested in attending a site visit will meet on Wednesday, May 10, 2017 at 1 PM PDT. If interested in attending the site visit, please contact Karl Lautzenheiser at karl_lautzenheiser@fws.gov by May 3, 2017. Interested contractors will meet at the above address for Entiat National Fish Hatchery. Date for submission of Questions: Contractors should submit any questions on this project directly to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov later than close of business on Monday, May 15, 2017. Questions will be consolidated and answers provided by issuance of an amendment directly thereafter. In order to view these documents, prospective offerors shall go to the FedBizOpps web site and search by solicitation number F17PS00457. The anticipated award date will be on or about June 6, 2017. The overall period of performance of the resulting contract will be approximately from contact award to September 30, 2017. This is an 100% small business set-aside procurement. The applicable NAICS Code is 236210 (Industrial Building Construction) with a small business size standard of $36.5 Million. All responsible sources may submit a proposal which shall be considered by the Government. If you have any questions or are in need of assistance, please contact the Contracting Officer, Karl Lautzenheiser (karl_lautzenheiser@fws.gov); 503-231-2052).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00457/listing.html)
 
Record
SN04479871-W 20170422/170420235659-e676a781cbd054ec8a6b65105fc23f8c (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.