Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

Y -- NV-DESERT NWRC-BLACK CANYON TRAIL CONSTR

Notice Date
7/18/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering 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
F17PS00971
 
Response Due
9/1/2017
 
Archive Date
9/16/2017
 
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 8 has been tasked to solicit for and procure a firm-fixed-price (FFP) contract for design/build services for the Black Canyon Archeological District Trail project at Pahranagat National Wildlife Refuge located in Alamo Nevada (Lincoln County). Project is restricted to small businesses. Applicable NAICS code is 237990. 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 from date of award through November 15, 2018. The actual date/time for a site visit will be reflected on the solicitation document. The following is an overview of the required tasks. Background: Surrounded by Nevada desert, the Pahranagat National Wildlife Refuge (PNWR) in Lincoln County, Nevada is a 5,380 acre ecological oasis of lakes, marshes, wet meadows and desert uplands. In 1963, the U.S. Fish and Wildlife Service (FWS) recognized the value of the Pahranagat Valley and designated 3,916 acres of lakes, marshes, meadows and desert uplands as Pahranagat NWR. Later land acquisitions expanded the refuge to its present size of 5,382 acres. The Refuge was established for the purpose of "..for use as an inviolate sanctuary, or for any other management purpose, for migratory birds..." (16 USC 715d). Pahranagat NWR is located on the Pacific Flyway, a major north-south migratory route along the western coast of the United States. Designated by The Nature Conservancy as one of the nation's prime biological "hotspots", the Refuge is an essential stopover for hundreds of different species of waterfowl, raptors and songbirds. The refuge also provides habitat for fish and mammals including several endangered and threatened species. Many species also breed and overwinter here. Hunting and fishing are popular activities, and for those interested in experiencing this desert oasis at night, camping is available at the Upper Lake. Scope: Design and Construct install the Black Canyon Archeological District Trail and all associated project elements as described in this Statement of Work. All work will comply with any applicable Architectural Barriers Act (ABA) standards and requirements, or any other applicable accessibility codes or requirements. The design will include an analysis and certification that any applicable accessibility requirements have been considered and provided for. Trail: Design and construct an approximate 7400 foot trail. The location is shown on the Project Map (Figure 1.). The trail location will be clearly marked in the field at the time of the pre - bid meeting at the site. The proposed trail width is 6', but the designer will follow any pertinent accessibility requirements regarding trail width, cross - slope, longitudinal - slope and passing/resting pull outs requirements. The trail will require clearing and grubbing and final grading to establish a uniform surface free of any organic materials prior to surfacing. The trail surfacing will consist of a 6" (in place) compacted base material, with a 2" (in place) compacted top course. The final depths will be measured after satisfactory compaction efforts, with lifts not to exceed 2" at the proper moisture content. Provide compaction plan to include anticipated equipment and methods to the C.O.R for approval. The base course will consist of crusher fines in the approximate 1/4"(-) gradation. The top course will also be crusher fines material, but will be pinkish - red in color, so as to blend in with the natural canyon landscape. Representative materials can be inspected at the Rainbow Canyon Pit in Caliente, NV. The colored top course material has more fines than the base course material. USFWS will accept any aggregate material that meets the general properties of the described material as it is not a requirement that the materials come from the pit mentioned. The color requirement of the top course is important and subject to USFWS approval. Portions of the trail will likely require some sort of hard edging (rock, wood or other natural material) and it is anticipated that this requirement will be further defined at the conclusion of the pre - bid meeting on site. The goal is that whatever material is selected will appear natural and serve to protect the trail from unraveling in certain areas. As it is difficult to define this work requirement at this time, the bid schedule will contain a line item with an allowance of $7,500 for this work. After award of the contract, the final trail edging requirement will be further defined and approved. The bid schedule allowance will be adjusted at the time to reflect an agreed upon material, quantity and price. The Project Map shows four rest areas, a trailhead, two viewing areas and the Solitude Area. These areas will all have the same construction and surfacing requirements as the trail. It is anticipated that the rest areas and viewing areas will be tied to future interpretive displays which are not a part of this contract. The final locations may shift from what is shown on the Project Map. The rest areas shall be approximately 6' x 10' and adjacent to the trail. The two viewing areas will be approximate 30' diameter circular shapes. The trailhead is a gathering area and will be approximately 30' x 40' in size. The Solitude Area will be an approximate 16' diameter circle. FWS may decide to add an additional 12' diameter Prayer Circle adjacent to the larger circle. Since this has not been resolved, that work (the Prayer Circle) may be added via modification after contract award, if necessary. Bridges: Design and Construct two bridges at the locations shown on the Project Map. The anticipated span length is approximately 25'but the final length will be determined at the conclusion of the pre - bid meeting. The bridge decking material and handrails will be composite material, such as TREX ®, or approved equal. Decking color samples shall be submitted and USFWS will approve material and color selection prior to ordering. There will be no discernable elevation difference from the finished trail surface and the bridge decking. Photos are attached in this Work Statement of the bridge at the nearby Pahranagat NWR visitor contact station. These photos are for reference and depict the character and preferred materials and railing system for the two trail bridges (although the trail bridges are on a smaller scale). Design drawings of the bridge shown are available as an attachment to the solicitation (or contact C.O.R. Jeff Rose). Parking Areas: Two parking lots are shown on the Project Map. The northern most lot is for cars only. The lot will be sized for 6 cars and an additional 2 parking spots for disabled parking needs, for 8 total parking stalls. Adhere to all accessibility requirements, to include concrete surfacing for the disabled parking spots if that is a code requirement. The parking lot to the south will be designed to accommodate 2 RV's or 2 buses (for a total of 2 parking spots in any combination). The surfacing will consist of 10" (compacted depth) of Type II crushed aggregate for the base course of the RV/Bus lot. The car lot will require 8" of this material. The surface course for both lots shall be three inches (compacted depth) of 1" (-) crushed driveway material. Representative materials can be inspected at the Rainbow Canyon Pit in Caliente, NV. USFWS will accept any aggregate material that meets the general properties of the described material as it is not a requirement that the materials come from the pit mentioned. Aggregate color is not a consideration for the parking lots. Provide concrete parking stop blocks and any signage required by code. Boardwalk: The boardwalk will be an Option bid item and the approximate locations are shown on the Project Map in Figure 1. Boardwalks will be 6 foot in width, unless any governing accessibility requirements specify a wider dimension. Two potential sections of boardwalk are being considered and the total length of both sections is approximately 255 feet. The boardwalk decking material will be composite material, such as TREX ®, or approved equal. There will be no discernable elevation difference from the finished trail surface and the boardwalk decking. Decking color samples shall be submitted and USFWS will approve material and color selection prior to ordering. No handrails are required for the boardwalk sections. Basis for Award: "Lowest-Priced, Technically-Acceptable." 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 offerer. 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 offerer. This process will continue until a lowest-priced offeror's technical proposal is 'Acceptable.' Once the Government identifies the lowest-priced, technically-acceptable offerer, 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 offerers who proposed higher pricing. The purpose of identifying the second lowest ¬priced, technically-acceptable offerer 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 at least one (1) past project performed that is similar in nature to the Statement of Work with current points of contact and phone numbers (not-to-exceed five (5) pages) performed over the last five (5) years. The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data. 2. Experience: In determining whether a proposal is technically acceptable, the Service will be asking for a technical proposal (not-to-exceed ten (10) pages) that specifies similar capability/experience in performing work elements similar in nature to the Statement of Work (i.e., trail and boardwalk work) of the solicitation package over the last five (5) years. Firms shall provide no more than five (5) projects. Each project shall have a final contract value not greater than $500,000.00. 3. Price (no page limit). Solicitation Number F17PS00971 with attachments is being posted on or about July 18, 2017 with proposals due by 3 PM PDT on September 1, 2017. Proposals must be received by mail channels by no later that date/time or can be emailed to Karl_Lautzenheiser@fws.gov. 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/F17PS00971/listing.html)
 
Record
SN04584204-W 20170720/170718235123-649a12510b5a1e8b65ee7875f0e0902a (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.