Opportunity: WA-LYONS FERRY-FIRE CONTROLS INSTALL

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 Construction services to remove and replace fire and maintenance (F&M) line controls at Lyons Ferry Fish Hatchery, Starbuck WA (Columbia County). Requirement will be a Small Business Set-Aside under NAICS code 238210 (Electrical Contactors and Other Wiring Installation Contactor) - Small Business Size Standard of $15.0 Million. The contract type will be firm fixed price. Project magnitude is between $100,000.00 and $250,000.00. Performance period is 90 calendar days from issuance of Notice to Proceed. THE WORK CONSISTS OF: (Refer to the Specifications and Drawings for Additional Information) The U.S. Fish and Wildlife Service (USFWS), the Lyons Ferry Fish Hatchery, has a request to remove and replace the existing fire and maintenance and domestic line mechanical flowmeter so that is fully operational once the replacement is completed. Lyons Ferry Fish Hatchery was built in 1982 by the U.S. Army Corps of Engineers as part of the Lower Snake River Compensation Plan. The goal of the program is to restore dam-related losses of steelhead and Chinook salmon. The fish hatchery is named after the family who operated a ferry service in the late 1800s. Lyons Ferry FH is the only LSRCP facility producing Snake River fall Chinook salmon. The Fire and Maintenance Line Controls are currently controlled by the tanks "float" switches are mercury (hazardous substance) switches mounted outside each tank in a small control panel with a level/pressure actuator connected to the tank with piping. These are to be replaced as part of the work. The contractor shall provide construction services to perform the following summary of tasks: - Remove and replace the existing F&M and Domestic line mechanical flowmeter. - Remove and replace the existing combined pump starter panel CC1 which has five motor starters in a single panel with four new standard cataloged individual pump starter panels (one for each pump) and not replace the starter that feeds the air compressor. - Remove and replace the existing 15HP pump starter panel with a new standard cataloged pump starter panel. - Remove and cap the existing conduit from the F&M tank control panel to the telemetry panel CC1 The base proposal shall consist of the following tasks: 1.3.1 F&M Line Controls Upgrades 1.3.1.1 Provide Fire and Maintenance Line Control installation per the Contract Documents; Specifications and Drawings. 1.3.1.2 Hazardous Materials are located in the Controllers. Dispose of these per Federal, State, and Local Regulations at an approved site. 1.3.1.3 Provide documentation to the USFWS of the proper disposal of the materials. See Section 3.12.9 for more information. 1.3.2 Hydro-pneumatic Tank Seismic Upgrades 1.3.2.1 Provide Hydro-pneumatic Tank seismic upgrades as per the Contract Documents; Specifications and Drawings. 1.3.2.2 All work shall be to latest ACI, NFPA and ICC Codes. 1.3.2.3 Provide a 48 hour notice to USFWS when the Hydropneumatic tanks are empty to allow documentation of the interior of the tanks. 1.3.3 Training and Commissioning 1.3.3.1 Provide training for all personnel in operation and sequencing of the control installation. 1.3.3.2 Submit request for participants, a minimum of 10 working days prior to the day of training. 1.3.3.3 Provide a digital draft copy for review of the Control manuals to be reviewed in PDF format. 1.3.3.4 Provide final copy a minimum 10 working days prior to the day of training. 1.3.4 Additional Requirements 1.3.4.1 Provide Submittals for all materials to be installed. All work is accessible from the road. 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: Recent Relevant Experience and Past Performance. Price will be evaluated separately. To receive consideration for award, a rating of no less than `Acceptable' must be achieved for Past Performance and Technical Capability. 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 on FedBizOpps, as well as being available for download on FedConnect (http://www.fedconnect.net) on or about June 12, 2018, with an anticipated proposal due date by 2 PM PT on August 9, 2018. In order to view these documents FedConnect, prospective offerors shall go to FedConnect and click on Search Public Opportunities Only. From there, change the Search Criteria dropdown menu to Reference Number, type the solicitation number into the adjacent text box and click on Search. The anticipated award date will be on or about August 28, 2018. The overall period of performance of the resulting contract will be 90 calendar days from issuance of the Notice to Proceed. This is a 100% small business set-aside procurement. The applicable NAICS Code is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a small business size standard of $15.0 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, Mr. Karl Lautzenheiser (karl_lautzenheiser@fws.gov; 503-231-2052).

Overview 
Reference number: 140F0118Q0080
Issue date: 08/02/2018
Response due: 08/09/2018 05:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 238210-Electrical Contractors and Other Wiring Installation Contractors
PSC / FSC: Z2JZ-REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS

Agency: DOI

Contracting office:

FWS, DIVISION OF CONTRACTING AND GE
EASTSIDE FEDERAL COMPLEX
911 NE 11TH AVENUE
PORTLAND, OR 97232-4181


Place of Performance:




Contact: Karl Lautzenheiser
Phone:
Fax:
Email: Karl_Lautzenheiser@fws.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect