Z--HI-KILAUEA POINT NWR-ROAD REHAB
This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR... This is a SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror¿s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 237310 Highway, Street, and Bridge Construction Small Business Size Standard: $45.0 Million Product and Service Code (PSC): Z2LB Repair Or Alteration of Highways/roads/streets/bridges/railways 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 contact on the following synopsis of the Scope of Work: The Owner's Project Requirements are included in this contract as part of the Scope of Work (SOW) and the attachments. All work shall be in accordance with the tasks below and the USFWS/IR Regions 9, 10, 11 & 12 DESIGN/BUILD GENERAL ENGINEERING and CONSTRUCTION REQUIREMENTS, Revision: March 15, 2022 (Attachment 2). The SOW is intended to provide the Design-Build (DB) Contractor with the general outline of the needs and desires for the project. This information shall be considered preliminary in nature and not construed as the preferred alternative needed for preparation of final construction documents. The DB shall evaluate, refine, and further develop the SOW collaboratively with the FWS team and project stakeholders. The scope of work shall include all services needed for the full rehabilitation and stabilization of the entrance road and parking area to enhance visitor safety and access at the Kilauea Point NWR. These items shall include, but are not limited to the following: A. Widen dangerously narrow roadway that serves as the main entrance/exit B. Address continual erosion along the sides of road C. Provide safe pedestrian access from entrance gate with a dedicated pathway D. Address storm water run-off E. Routing of stormwater F. Entrance gate modifications/upgrades as required by road rehab G. Rust-resistant predator fencing from entrance along upper property line (~ 400ft) H. Possible addition of retaining walls to address erosion and stormwater runoff I. Upgrade turnaround near portable ranger station to accommodate school buses and commercial tour vehicles J. Replace main waterline running along/under road and parking lot with limited disruption of water delivery. K. Parking area repair. L. Environmental Permitting Assistance. Project Magnitude: Between $1,800,000 and $2,400,000 Project Schedule: 365 days from contract award Location: The project is located at the Kilauea Point National Wildlife Refuge, 3500 Kilauea Road, Kilauea, HI 96754. The Refuge is currently open to the public from Wednesday to Saturday 10:00AM - 4:00 PM. Complete Statement of Work and Drawings provided as attachments to this synopsis. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information to design/construct the rehabilitation and stabilization of roads and parking lots in remote locations like the Hawaiian Islands as listed under ¿GENERAL INFORMATION.¿ Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than 1,000,000.00 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to asphalt replacement work listed under `GENERAL INFORMATION.¿ INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm's responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled "CAPABILITIES" 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government¿s project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Daylight Saving Time (PST) on Tuesday, March 28, 2023. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov) with a copy also going to Monique Chase (monique_chase@fws.gov).
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »