Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
MODIFICATION

C -- NV-DESERT NWRC-INTERPRETIVE EXHIBITS

Notice Date
5/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
541430 — Graphic Design Services
 
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
140F0118R0012
 
Response Due
6/14/2018
 
Archive Date
6/29/2018
 
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 the design, illustration, fabrication and installation of thirteen (13) interpretive outdoor exhibits for trails at Pahranagat National Wildlife Refuge in Lincoln County, Nevada.. Project is a small business set-aside. Applicable NAICS code is 541430. Small business size is defined as $7.5 million or less annually when averaged over a three year period. The period of performance is from date of award to March 1, 2019. Project magnitude is between $100,000 and $250,000. If a site visit is desired, please contact Jennifer Heroux at (702) 515-5453 or jennifer_heroux@fws.gov. The following is the current Statement of Work of the required tasks. Pahranagat National Wildlife Refuge has a need for the design, illustration, fabrication, and installation of 13 exterior interpretive exhibits for its trails and the design and fabrication of their pedestals or other mounting systems. These exterior exhibits will be a multi-sensory, interactive experience for visitors. They will include interpretive panels (1/each) with illustrations and high quality photography and sculptural bases and mounting systems. Exhibits shall also include 3D elements such as models and tactile reliefs, kinesthetic elements that allow visitors to move or manipulate parts, and components that create or play sound. We envision that these components will be built off of the interpretive panel and its mount. Exhibits need to be designed for all desert weather conditions and for ease of maintenance and repair. Overview of Site 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 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, songbirds, 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. The Refuge opened a new visitor center in 2015. The facility was designed in close cooperation with the Nuwuvi (Southern Paiute) and exhibits explore themes related to the Mojave Desert, its rare wetlands, and the long human relationship with the landscape. The facility is not open 7 days per week, and because of this, we rely on outdoor exhibits to provide a visitor center ¿experience ¿ for the 30,000 visitors that stop by the refuge each year. The refuge has a network of non-motorized trails, which cross through five different habitat types, giving visitors the opportunity to see meadows, marshes, lakes, streams and desert within a single afternoon visit. The interpretive exhibits under this SOW will be installed throughout the trail system including on a new visitor center loop trail, the Cabin Trail, the Davenport Trail, and along the Upper Lake loop trail. The new Visitor Center loop is a short, nature-oriented walk close to the visitor center. Trail passes through tall trees, past several manmade water features, and is great for birding. Visitors with less than 1-2 hours to visit will be the primary audience. Most will not visit elsewhere on the refuge. The Cabin Trail is a short spur trail that ends at historic building from the early ranching era. The Davenport Trail is a 1.5 mile trail that connects the Visitor Center area to the Upper Lake and campground. It passes through a mixture of Mojave Desert habitat and has abundant Joshua trees, cacti, small reptiles, desert mammals, and desert scrub associated birds. The Upper Lake Trail explores the Refuge's Upper Lake. The lake is a productive place for birding and fishing. The trail passes near the campground. The campground area has a small picnic facility for day use. There are existing interpretive panels and interpretive kiosk in this area. Special Considerations Wind speeds in southern Nevada regularly reach 20 miles per hour with several events reaching 30 miles per hour. Annually there may be a storm with winds reach 60 miles per hour. Displays will be in the open and exposed to strong desert sun conditions. Soil at most of the locations is composed of sand, gravel, and approximately 6" stones. Objectives Interpretive exhibits will be designed to meet the following objectives: ¿To enrich the visitor experience of wildlife-oriented public use and to facilitate exploration of Pahranagat NWR by extending the visitors' experience beyond the visitor center. ¿To raise awareness and support for endangered wildlife, wetlands and Mojave desert habitats and habitat conservation through effective interpretive design. ¿To provide for visitor information and orientation such as trail maps, rules and regulations, and safety tips. Contractor to Provide: 1)30%, 60%, 90% and final designs and construction drawings, if applicable, for 13 interpretive exhibits. Contractor will submit a final graphic design package for all exhibits that includes, at minimum, original design files, font packages, materials specifications and maintenance, replacement parts information, and final drawing and illustrations. 2)Final camera-ready artwork, design, and construction files for all exhibits and all exhibit components, including all artwork. We expect these exhibits will have both photographs and illustrations as well as sculptural elements (e.g. 3D models and tactile reliefs,) moveable parts, and sound devices. Contractor to provide camera-ready artwork in high resolution digital format (including high resolution scans of all photos and illustrations) ready for output to fabricator. 3)Contractor will complete any illustration and other artwork needed to create exhibits. We expect that at least 3-4 trail maps will need to be created and that an illustrative or 3D element will be a part of all exhibits. Contractor must submit for approval, samples of illustrations of the artist/s used to complete any illustrations or other artwork. 4)All artwork/illustrations/sculptural elements will be both aesthetically pleasing and biologically accurate. 5)Fabrications of all interpretive panels in iZone or similar high pressure laminate material. Panel material should be resistant to UV, alkali soils, graffiti and vandalism. Panels will be contour cut. 6)60%. 90% and 100% design, construction drawings (as necessary), fabrication, and shipping of pedestals and mounting systems for all 13 exhibits. Bases should be fabricated from a material that is resistant to corrosion and rusting. At least one base will need to be fabricated to match the existing faux wood decorative mounts with pintail duck sculptural detail on top. All mounts and pedestals shall be designed to withstand high winds and strong UV exposure and for installation in sites composed of sand, gravel, and rock. 7)Illustrations and all other artwork and some photo research and acquisition, plus any manipulation needed to correct deficiencies in photos and illustrations whether contractor or government provided. 8)All installation hardware. 9)Shipment and transportation of 13 exhibits, their mounts/pedestals, and all installation hardware. 10)Installation of 13 exhibits. The approximate locations are shown in Figures 2, 3, and 4. Exhibits may move from locations shown in attached figures. Maps in attached figures used as reference only. 11)Option Item: One set of replacement parts for most parts of the exhibits, excepting mounting bases or pedestals, unless they have moveable or fragile components. 12) Additional Contractor Responsibilities: 1)Contractor to submit interpretive exhibit design plans for review and approval at 30%, 60%, 90%, and 100% completion milestones. Schedule will provide at least 2 weeks review period at each stage. 2)Contractor shall adhere to refuge current display color palette, icon style, and typefaces. 3)Contractor shall issue a full replacement warranty all products and workmanship for a period of 1 year of normal wear and tear. 4)Exhibits shall meet applicable accessibility policies and laws to accommodate persons with disabilities. 5)All exhibits and base design and fabrication must be completed by December 31, 2018. 6)Installation of bases and exhibits completed by January 31, 2019. The Service Will Provide: 1)Interpretive written content. 2)Content experts for biological and cultural topics.Refuge will provide the majority, but not all, of the specific wildlife and scenic high resolution digital photographs needed for the project. Elements Covered in this Contract: 1) Interpretive exhibits (Contractor to provide design, fabrication, transportation and installation of the following) a)13 exhibits that meet the objectives as outlined above. Exhibits will include one interpretive panel per exhibit. The sizes of those panels are (3) 60" x 36" panels and (10) 24" x 36" panels. b)Exhibit design will complement Refuge ¿s existing exterior exhibits. Panel interpretive themes and content will be developed to complement and enhance current exterior exhibits and the interior exhibits of the Visitor Center. c)Exhibits' graphic design and visual elements will communicate the main interpretive message in order convey this message to persons with limited understanding of the English language, especially written. d)Exhibits' design and physical construction will facilitate the enjoyment of them by people with disabilities and will meet all applicable accessibility laws and FWS policies. These include the Architectural Barriers Act Accessibility Standards from July 23, 2004, the Rehabilitation Act of 1973 including Section 504 and 508, the United States Access Board ¿s Outdoor Developed Areas Standards of 2014, and the Americans with Disabilities Act of 1990 (42 U.S.C. 126). The work performed under this contract must also meet the standards set forward by the National Wildlife Refuge System Improvement Act of 1997, USFWS policy (605 FW 1-7) and the Smithsonian Guidelines for Accessible Exhibition Design. e)13 custom pedestals or other mounts. Tasks: The Contractor shall provide all materials, equipment, supplies, and labor required to accomplish the following tasks. The contractor is responsible to complete all tasks to fit within a fixed budget (includes designing exhibits that can be completed within that given budget). Task 1 - Conduct Briefings Conduct briefings with Service project officers and refuge personnel to present conceptual designs for items listed under (3) below, and obtain approval of the Service. Approval of designs to be in writing from the Contracting Officer or the Officer ¿s designated representative. Task 2 - Product Deliverables: 1. Exhibits and graphic design concepts and working level drafts shall be presented as 11 ¿x17 ¿ hard copies and.pdf files for reviewing, mark up, and approval by Service staff. Drafts will include details on any graphic items and three-dimensional elements, color guideline details, photographic and other references to be used by panel designer, and specifications. Samples of typefaces and sizes to be used in the exhibits, including headlines, subheads, body text, and captions; and samples of illustration style to be used exhibits should also be included. 2. Final camera-ready artwork for (13) interpretive exhibits, including illustration. We expect these exhibits will have photographs, illustrations, 3D and sculptural elements. Contractor will provide camera-ready artwork in high resolution digital format (including high resolution scans of all photos and illustrations) ready for output to fabricator. Contractor will provide complete design packages to the Refuge. 3. All artwork/illustrations shall be both aesthetically pleasing and biologically accurate. Contractor must submit for approval samples of illustrations created by the illustrator that will be used to complete this work. 4. Fabrication of (13) outdoor interpretive exhibits that include interpretive panels in iZone or similar high pressure laminate material. All exhibit materials shall be resistant to UV, alkali soil, high wind, graffiti and vandalism. 5. Illustration and photo research. FWS will provide most photographic images but contractor should anticipate supplementing these images and should budget accordingly. Contractor will complete all illustration work needed, including 3-4 trail maps, and all other artwork. Additionally, contractor must submit for approval, samples of the artist/s used to complete any artwork. 6. Final design, construction drawings (if necessary), fabrication, and delivery of (13) bases or pedestals. These should be fabricated from a material that is resistant to corrosion and rusting, especially from alkali soil. 7. Contract shall provide designs for review at the 30, 60, 90% and final design (100%) stage. Each review period will be a minimum of two weeks. 8. Contractor is responsible for shipping and transportation of all final approved interpretive exhibits and all their components, including their pedestals and other mounting systems. 9. Contractor will be responsible for installing exhibits in the final approved location. Contractor shall issue a full replacement warranty all products and workmanship for a period of 1 year of normal wear and tear. Schedule and Completion Date: The Service looks to the contractor to propose a schedule that would culminate with an January 31, 2019 or earlier completion date. At most major submittal reviews, the Service will require a two-week review period. Technical Coordinator: Jennifer Heroux, (702) 510-5453, with questions regarding this scope of work. Task Responsibility Unless explicitly indicated otherwise, all prefabrication and fabrication work (including environmental permits) shall be performed under the purview of the Contractor personnel and/or Contractor-hired contractors/consultants. Contractor shall provide all design, labor, materials, management, superintendence and incidentals to: 1.Design 13 interpretation exhibits and their pedestals and/or mounting brackets. 2.Fabricate and ship 13 interpretation exhibits, their pedestals and/or mounting brackets, and all necessary installation hardware. 3. Install 13 interpretation exhibits and their pedestals and/or mounting brackets. The Contractor is responsible for the costs of the work. The Contractor is responsible for the storage, operation and maintenance of the work until that date of final acceptance by the CO or representative. Upon final acceptance, the Service is responsible for operation and maintenance of the completed work; except for any cost resulting from warranty work that occurs within (or results from) the warranty period. The Contractor shall provide 100% complete and fully operational, safe, and code-compliant interpretation exhibits and shall instruct the Refuge Manager on the operation and maintenance of the exhibits. Period of Performance All work shall be accomplished by March 1, 2019. EVALUATION: (Refer to Sections L & M for Additional Information) Award will be made on the basis of the best value to the Government using the "trade off" process. There will be two (2) non-cost evaluation factor for evaluation: (1) Experience; and (2) Past Performance. There are four (4) subfactors within the Experience non-cost evaluation factor. Each subfactor is considered to be of equal importance. To receive consideration for award, the proposal submission must provide requested narrative/design/visual/illustration examples described above for all four (4) Experience subfactors and provide a price breakdown for all bid items. 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. Basis for award will be the offeror who represents the best value to the Government. Information to be submitted with a proposal submission will be included in the final solicitation package to be issued including past experience and past performance in designing and building outdoor interpretive exhibits. Solicitation Number 140F0118R0012 with attachments is being posted on or about May 15, 2018 with proposals due by 3 PM PST on June 14, 2018. A twenty (20) percent bid bond is required with proposal submission. Proposals can be emailed directly to Karl Lautzenheiser at karl_lautzenheiser@fws.gov. If emailing your proposal, provide a copy of the bid bond and mail the original bid bond no later than 3 PM on June 14, 2018. 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/140F0118R0012/listing.html)
 
Record
SN04922633-W 20180517/180515230541-9993cf45b9709b8b9b5a271d7d71e143 (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.