Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2017 FBO #5682
MODIFICATION

Z -- OR-FORENSICS LAB D/B REPAIR RENOVATE

Notice Date
6/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional 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
F17PS00115
 
Response Due
6/22/2017
 
Archive Date
7/19/2017
 
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 has been tasked to solicit for and procure a firm-fixed-price (FFP) design-build (D/B) project for site building improvements to the Clark R. Bavin National Forensics Laboratory located at 1490 East Main, Ashland Oregon. Project is a small business set-aside. Applicable NAICS code is 236220. Small business size is defined as $36.5 million or less annually when averaged over a three year period. The period of performance for the project is estimated to be between 12-18 months. Project magnitude is between $1,000,000.00 and $5,000,000.00. Non-Disclosure Agreement: Due to the security level of this facility, firms interested in receiving a copy of the complete solicitation package will need to email karl_lautzenheiser@fws.gov to sign and return a non-disclosure statement prior to a CD of the complete solicitation package being mailed to them or share site provided on where to access all documents. By signing the non-disclosure form, unsuccessful offerors agree to properly dispose of solicitation documents when the award is released in FedBizOpps. Proposals submitted by mail channels must be received by no later that date/time specified with a 20 percent bid bond or proposals can be emailed to karl_lautzenheiser@fws.gov along with a copy of the bid bond and the original bid bond must also mailed no later than the date/time for receipt of proposals. Site Visit: A site visit was already conducted on Friday, May 19, 2017. However, interested firms can revisit the site on June 12-13 from 0800-4:00 PM and walk the site. Firms will not be able to enter the facility or access the roof though. If interested, please check in with the front office before walking around. The revisit is at the Clark R. Bavin National Forensics Laboratory, 1490 East Main Street, Ashland, Oregon 97520-1310. Date for submission of Questions: This date has already past. The following is an overview of the required tasks. GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price (FFP) design-build (D/B) for site building improvements to the Clark R. Bavin National Forensics Laboratory located at 1490 East Main, Ashland Oregon. Work includes: 1)HVAC system upgrades to include repairs and replacements 2)Site Hardening to include the installation of Anti-Ram Vehicle Barriers. 3)Site Hardening to include natural landscaping. 4)Parking area maintenance and repairs 5)Exterior lighting LED conversions 6)Relocation of a minor outbuilding. 7)As well as five (5) additional contract options. 1.7.1.Remove and install new roof 1.7.1.1.Option 1: Remove and install new roof on two (2) buildings approximately 38,500 SF 1.7.1.2.Option 2: Remove and install new roof on one (1) building approximately 25,870 SF 1.7.1.3.Option 3: Remove and install new roof on one (1) building approximately 14,133 SF 1.7.2.Construct building addition to include lodging, office, and storage space. 1.7.2.1.Option 4: Construct 1,600 SF ¿ 1,800 SF of office space, storage space, and two lodging rooms to commercial standards. 1.7.2.2.Option 5: Construct 1,000 SF ¿ 1,300 SF of office space, storage space, and two lodging rooms to commercial standards. Basis for Award: "Lowest-Priced, Technically-Acceptable." Lowest priced proposal will be based upon the combined total cost for all base bid items and based upon availability of monies, one of the option bid items for roofing (either task number 7, 8 or 9) and one of the option bid items to construct office space and lodging room (either task 10 or 11). If available funding at time of receipt of proposals is not sufficient to award the combined total cost for all base bid items and all option bid schedule items cited above, the Service will make a determination on what option line items are considered most desirable to include with the combined total cost for all base bid items and the lowest price for all proposals will then be evaluated based upon the combined total cost for all base bid schedule line items and optional items included that are deemed most desirable to the Service. The Government will first conduct a price analysis to determine fairness, reasonableness and if unbalanced pricing exists. Offerors proposals will then be ranked from the lowest to the highest-priced. The Government will then evaluate the technical proposal of the apparent, lowest-priced offeror. If the apparent, lowest-priced offeror's technical proposal is `Unacceptable, ¿ the Government will then evaluate the technical proposal of the apparent, second lowest-priced offeror. This process will continue until a lowest-priced offeror's technical proposal is 'Acceptable.' Once the Government identifies the lowest-priced, technically-acceptable offeror, the Government will continue to evaluate offeror's technical proposals until the second lowest-priced, technically-acceptable offeror is identified. Once the two (2), lowest-priced, technically-acceptable offerors are identified, the Government will not evaluate technical proposals from offerors who proposed higher pricing. The purpose of identifying the second lowest-priced, technically-acceptable offeror is so the Government can establish adequate price competition to ensure a fair and reasonable price. In determining whether a proposal as technically acceptable, the offeror must submit the following information with their proposal submission for evaluation: 1. Past Performance: List past projects performed that are similar in nature to the Statement of Work with current points of contact and phone numbers (not-to-exceed five (5) pages). The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data. 2. Technical Capabilities: In determining whether a proposal as technically acceptable, the Service will be asking for a technical proposal (not-to-exceed ten (10) pages) that specifies similar capability/experience in performing elements of design/build projects completed over the last five (5) years as described under "GENERAL INFORMAION" above. Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $1,000,000 3. Price (no page limit). Solicitation Number F17PS00115 (with no attachments) was posted on March 9, 2017. Proposals will be due by 3 PM PST on June 22, 2017. Due to the security level of this facility, firms interested in receiving a copy of the complete solicitation package will need to email karl_lautzenheiser@fws.gov to sign and return a non-disclosure statement prior to a copy of the complete solicitation package being emailed to them. Proposals submitted by mail channels must be received by no later that date/time specified with a 20 percent bid bond or proposals can be emailed to karl_lautzenheiser@fws.gov along with a copy of the bid bond and the original bid bond must also mailed no later than the date/time for receipt of proposals. No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00115/listing.html)
 
Record
SN04541573-W 20170614/170612235234-3dd3d111a6da69b65bb150e1a6955f1d (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.