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, 2018 FBO #6047
SOLICITATION NOTICE

C -- NV DESERT NWRC-INTERPRETIVE EXHIBITS

Notice Date
6/12/2018
 
Notice Type
Presolicitation
 
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
140F0118R0018
 
Response Due
7/27/2018
 
Archive Date
8/11/2018
 
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 to design, fabricate and install al of the exterior interpretive exhibits and visitor facilities and amenities (e.g. shade shelters, benches, kiosks and similar) for the 7,720 foot Black Canyon trail 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. Project magnitude is between $250,000.00 and $500,000.00. The period of performance is from award for a period of 365 calendar days. A site visit date/time will be identified in the solicitation package to be issued, along with a cut-off date for submission of questions. The following is the current Statement of Work of the required tasks. General: 1.1Contract is to design, fabricate and install all of the exterior interpretive exhibits and visitor facilities and amenities (e.g. shade shelters, benches, kiosks, and similar) for the 7,720 foot Black Canyon trail at Pahranagat National Wildlife Refuge. 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. The Black Canyon Trail is a new trail being constructed in spring 2018 that provides hiking and viewing access to an area of the PNWR rich in archeological resources, particularly rock writing (petroglyphs and pictographs). 1.2Purpose: The visitor amenities and interpretive exhibits shall enhance the visitor experience of this area, create meaningful connections to the resources, and provide for resource protection. This project will use "Interpretive and Public Use Site Plan for the Black Canyon Archeological District," which was developed through intensive stakeholder involvement in July 2015, for concept designs for built facilities and interpretive themes for exhibits. Installation phase of this project is contingent on completion of trail construction work conducted under separate contract. 1.3Contractor Qualifications: Contractor must demonstrate extensive knowledge, ability and skill in interpretive exhibit design, fabrication and installation. Contractor must have knowledge of ABA and ADA standards and all other relevant state or federal accessibility laws and regulations. Furthermore, contractor must have extensive experience applying this knowledge in construction and exhibit design. 1.4Other: The accessibility evaluations must address and conform to the standards and guidelines outlined in 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. 2. Place of Performance and Period of Performance 2.1 Work will occur at Pahranagat National Wildlife Refuge (Pahranagat NWR, HWY 93 Mile Post 32, Alamo, NV 89001.) 2.2 Period of Performance is September 1, 2018 - September 1, 2019 Site conditions of the area of interest consists of a recently constructed trail located in and around a newly restored wetland system, including wetland depressions, small ponds, and a meandering stream system. The soil in the Black Canyon area is silt loam. During fall, winter, and spring months, the area will have water, or be saturated for wetland management activities. As a result of these conditions, work within Black Canyon during late fall and winter (November 1 through February 15th) will be restricted. In the event of damage to government property as a result of the installation process, the contractor shall return the damaged area to its original condition. The contractor will also be instructed where to access trails to minimize potential damage to the newly constructed trail. 2.3 Work shall be performed during regular business hours, typically between the hours of 7:00 am - 5:00 pm, Monday-Friday. Limited accommodation to an alternate schedule may possible with coordination with on-site FWS staff. In the event of emergencies, Contractor shall provide contact information. 2.4 Non duty hours include week nights, weekends, and Federal Government holidays (New Year's Day, Memorial Day, President's day, Fourth of July, Thanksgiving, Columbus Day, Christmas). 3.Scope 3.1.1.The scope of this contract includes the design, fabrication, construction and installation of the following visitor facilities: a)Trailhead layout and visitor amenities including access pathways from parking area. Trailhead features include interpretative and information kiosk (1), seating, natural shade features, pedestrian trail counter, and a brochure holder/visitor log/donation box feature. This SOW also includes a contract optional add-on for trailhead enhancements of an interpretive "gateway feature" and decorative concrete or sculptural work that fits the interpretive themes of the trail. b)Two viewing areas that include viewing scopes, seating, built shade features (1), safety fencing (1) and decorative visitor containment feature (1). c)Five rest stops that include seating, natural shade features (2), built shade feature (2), decorative visitor containment feature (1). d)Decorative mile markers approximately every.25 miles for a total of 12-16. Final number dependent on trail conditions and final segments. Natural shade features shall be trees and plants selected from a list of pre-approved plants native to the area, see Appendix C for approved species list. Natural shade design shall include a temporary, self-watering feature for irrigation. 3.1.2 The scope of this contract also includes design, fabrication, construction and installation of all interpretive, informational, and regulatory exhibits and signage and their pedestals or other mounting systems. a)Interpretive exhibits and pedestals/mounting systems are needed at the two viewing areas (2-3 panels/each area) and three rest stops (1-2 panels/each stop.) b)The trailhead kiosk requires an interpretive exhibit that communicates trail and refuge information and orientation, maps, rules and regulations, resource protection messages and interpretive themes. c)Two removable interpretive panels and mounts for a "trail closed" segment. d)Other signage: Approximately 4 "stay on designated trail" signs along trail. e)Contractor shall incorporate sculptural, decorative and interactive interpretive elements into interpretive exhibits and the pedestals/mounting systems. These elements shall be durable, easy to maintain and replace, and appropriate for extreme environmental conditions including extreme heat, freeze/thaw, and strong winds. f)The exact number of panels, their size, shape and any 3D or interactive features incorporated into the exhibits will be determined through the exhibit design process. The contractor shall create a price schedule that allows for flexibility in design features. g)Optional Add-on items: Decorative interpretive elements for two short pedestrian bridges, a gateway element and decorative concrete/paving work at trailhead, and additional interp panel at Falcon rest stop. 3.1.3Other Contractor Responsibilities The contractor shall provide: a)Contractor will use ¿Interpretive and Public Use Site Plan for the Black Canyon Archeological District," ("Site Plan,") to create concept designs of built facilities and interpretive themes for exhibits. b)30%, 60%, 90% and 100% designs of visitor facilities and interpretive exhibits for review and comment by USFWS and its partners. Review period will not be less than two weeks per phase. Contractor will host onsite review meetings for the 30% and 90% designs for the USFWS and Tribal partners. c)Final camera-ready artwork for all exhibits and signs, including illustrations. We expect these panels will have both photographs and illustrations. 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. d)Contractor will complete any illustration work needed, including maps. Additionally, contractor must submit for approval samples of illustrations of the artist/s used to complete any illustrations. e)All artwork/illustrations will 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. f)Fabrications of all interpretive panels in iZone or similar high pressure laminate material. Panel material should be resistant to UV, alkali soils, high heat and temperature extremes, graffiti and vandalism. Panels will be contour cut. g)Final design, construction drawings, fabrication, and shipping of pedestals and mounting systems for interpretive exhibits and decorative elements. Bases and mounts shall be fabricated from a material that is resistant to corrosion and rusting. All mounts and their installation foundation should anticipate high winds and a site composed of sand, gravel, and rock. h)Photo research and acquisition, plus any manipulation needed to correct deficiencies in all photos and illustrations whether contractor or government provided. i)All installation hardware. j)The USFWS will have full use rights to original artwork created under this scope of work. k)Full one-year warranty for all work and materials. l)Shipment and transportation of all materials and equipment. m)Full installation and construction of visitor facilities and interpretive exhibits. n)All costs associated with installation and construction including equipment rental and travel costs. 4.Deliverables and/or Delivery Schedule: 4.1 Deliverables Contractor shall provide the following deliverables: 4.2Identify the type of documentation (printed and electronic-such as manuals) to be provided, as well as those quality indicators desired by the Government. a)All design drafts and final designs 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. b)Final camera-ready artwork for all exhibits, including illustration. 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. c)Contractor will provide complete graphic design packages, including fonts, and all final construction drawings to the Refuge. d)Contractor shall provide an O&M manual for exhibits and facilities which includes at minimum material specs, care & maintenance information, and warranty information. 5.Government-Furnished Equipment and Government-Furnished Information 5.1 Identify any Government-furnished equipment (GPE) and Government ­ furnished information (GFI). a)Content experts for biological and cultural topics. b)As built drawings for the constructed trail, trailhead, and parking area. c)Refuge will provide the some of the specific wildlife and scenic high resolution digital photographs needed for the project. d)Access to facilities based on predetermine schedule. e)Facility managers and/or maintenance staff, as needed and as by prearrangement. f)Staging areas needed to conduct project work and temporary storage of materials. g)Potable water and bathrooms are available nearby at the Pahranagat Visitor Center, but contractor should plan on providing facilities as needed. 5.2Identify any limitations. a)Government vehicles and equipment are not available for project work. b)There is no public internet or wireless access at Pahranagat NWRs sites. Cell phone service may be limited. c)Roads within site are high clearance dirt roads. d)Design and review process must be done in consultation with the Nuwuvi (Southern Paiute) per the ¿Consultation Handbook: Nuwuvi (Southern Paiute, the Spring Mountains National Recreation Area and the Desert National Wildlife Refuge ¿ of November 2012. e)Contractors will be instructed by the government on entry points of the trails as well as equipment staging areas. Only small UTV style equipment will be allowed on the trail during installation. f)The intergovernmental consultation process may increase review periods and the USFWS reserves the right to adjust project schedule to accommodate unintended delays due to this process. 6.Evaluation and Acceptance 6.1 Contractor will be evaluated based on past experience and past performance. Government acceptance of facility designs and interpretive exhibits is contingent upon a government review at each of the design phases and successful incorporation by the contractor of review comments and changes into the next design phase. Acceptance of final deliverables is contingent upon a visual inspection of deliverables. All deliverables must meet design specifications as well as the standards as outlines in Section 1.4 of this document. 7Quality Control/Quality Assurance 7.1 Where appropriate, QC and QA will be maintained according to industry standards and made available to the agency with the contractor ¿s proposal. 8.Technical Coordinator: 8.1Primary Contact: Jennifer Heroux, Chief of Visitor Services, Desert NWRC 4701 N Torrey Pines Dr.,Las Vegas, NV 89130 (702) 515-5453 Jennifer_heroux@fws.gov 8.2 Secondary Contact: Rob Vinson, Refuge Manager, Pahranagat NWR HWY 93 Mile Post 32, Alamo, NV 89001 775-725-3443 james_vinson@fws.gov 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 140F0118R0018 with attachments is being posted on or about June 27, 2018 with proposals due by 2 PM PST on July 27, 2018. Proposals can be emailed directly to Karl Lautzenheiser at 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/140F0118R0018/listing.html)
 
Record
SN04952479-W 20180614/180612230731-5bfc7292adcd137448b1d11e353371dd (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.