이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Z--NV-LAHONTAN D/B REHAB WATER REUSE SYSTEM
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.07.19
원본

 

공고명: Z--NV-LAHONTAN D/B REHAB WATER REUSE SYSTEM

게시일: 2017/06/30

마감일: 2017/08/15

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용


Solicitation Number  : F17PS00860


Notice Type  : Presolicitation


Synopsis  : 
 Added: Jun 29, 2017 4:13 pm 
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 to rehabilitate the water reuse system at Lahontan National Fish Hatchery. Project is restricted to small businesses. Applicable NAICS code is 237110. 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 and for completion of a fully functional system by December 15, 2017.

 The following is an overview of the required tasks.

 1. GENERAL: The US Fish and Wildlife Service, Lahontan National Fish Hatchery, has a request for Design/Build services to rehabilitate their water reuse system.

 BACKGROUND: The Lahontan National Fish Hatchery was authorized as part of the Washoe Project in 1956 to re-establish the fisheries in Pyramid Lake in Northern Nevada. It began raising Lahontan cutthroat trout (LCT) in 1967 and currently distributes LCT throughout their Western native range that includes the Tahoe, Walker, and Truckee river basins.

 The hatchery was initially constructed and became operational in 1968 and has been continually modified and expanded since then. The hatchery was originally constructed as a single pass facility operating on water from the East Fork of the Carson River. Following an outbreak of whirling disease (Myxobolus cerebralis) in 1970 the hatchery water supply was changed to ground water from a number of wells and a reuse system that treats the water through a biofitration system. The biofiltration system consists of the following steps:

 - Disinfection using ultraviolet light,

 - Ammonia removal in an upflow biologic reactor with a clinoptilolite media

 - Disinfection using ultraviolet light, and

 - Aeration

 A review of the system construction drawings and water quality data from a time period of heavy use indicates that the system is not effective in removing ammonia to the level that would be expected in a well designed system. This is partly due to the design of the system, which does not have the facilities to allow the clinoptilolite to be regenerated on a regular basis to restore its adsorbative capacity, and partly due to a low availability of nutrients for the nitrobactor to feed on.

 Three options for rehabilitation of the system were investigated. The first option was to replace the clinoptilolite media with a different media that does not require regeneration to restore its adsorbative capability and has a greater surface area to support nitrobactor populations. The second option was to install a combination of media filters to remove the solids and pressurized bead filters to remove the ammonia. The third option was to install automatic cleaning mechanical filters in combination with bead filters to remove the solids and ammonia. The third option was the preferred alternative and was approved by the FWS.

 2. SCOPE: Provide Design/Build, and construction support services to rehabilitate the biofiltration system in accordance with option three of the Lahontan National Fish Hatchery, Hatchery Assessment Final Report dated July 17, 2012. The contractor has the discretion to present for approval a modified version of option three as long as it has the intent in meeting the operating parameters of option three. More specifically provide all labor, equipment and materials necessary for:

 a) Planning/Design services needed to provide complete construction documents such as drawings and specifications to rehabilitate the biofiltration system. Also provide the NEPA and Permitting services needed to complete the project.

 b) Construction services to complete the rehabilitation work in accordance with the approved construction documents.

 c) Provide construction support services such as quality control testing and inspection throughout the whole construction period of performance.

 3. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: All planning and design work shall be completed where required by the prime contractor and their approved subcontractors. All construction related work is located in or around the Lahontan National Fish Hatchery, in Gardnerville, Nevada. Design work on the project can begin after Notice to Proceed is given. Construction work can begin after the construction documents have been fully reviewed and approved. The Period of Performance is estimated to be 120 calendar days. The system needs to be fully functional by December 15, 2017.

 4. INSPECTION AND ACCEPTANCE: The work shall be done in accordance with the Region 1, 7 and 8 General Engineering Requirements and the approved plans and specifications along with any specific environmental permitting requirements. The work shall be accepted when all the work is completed as described here within and in accordance with any contract specifications. Work will be inspected to assure compliance with the contract documents. But quality control and adherence to all contract requirements is still the responsibility of the contractor.

 5. GOVERNMENT FURNISHED EQUIPMENT OR

 MATERIALS/INFORMATION: A pdf version of the Lahontan National Fish Hatchery, Hatchery Assessment, Final Report, dated July 17, 2012 and any historical reports and construction related documents that are in the possession of the US Fish and Wildlife

 Service associated with Lahontan National Fish Hatchery shall be made available upon request.

 6. SPECIAL NOTICE: A Pre-Bid Site Visit shall be scheduled to allow perspective

 bidders an opportunity to view the site and talk to Hatchery Staff. This site visit will introduce potential bidders to the conditions of the project and acquaint them with the unique logistical challenges and requirements of the Lahontan National Fish Hatchery. The site visit is not mandatory but is highly recommended as this will be the only time USFWS contract staff and hatchery personnel will be on-site at the same time to answer questions before the contract is awarded. Actual date and time of the site visit shall be listed in the solicitation documents.

 7. AVAILABILITY: Normal duty hours are Monday through Friday 8:00 am to 4:30 pm.

 Work shall be performed during these hours unless prearranged with the Station Manager. Federal holidays not included.

 8. TECHNICAL COORDINATOR/COR:

 Mark Harris, Project Manager

 US Fish & Wildlife Service, R1, Division of Engineering

 911 NE 11th Ave

 Portland, OR 97232

 503-231-2209

 mark_harris@fws.gov

 9. STATION POINT OF CONTACT: Tom Reeves, Hatchery Manager

 Lahontan National Fish Hatchery

 710 Highway 395 N Gardnerville, NV 89410

 775-765-2425

 thomas_reeves@fws.gov

 Basis for award will be "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 `UnacceptableA, 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 lowestA?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., design/build services to rehabilitate a water reuse system) 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 $1,000,000.00.

 3. Conceptual Design: Submit conceptual design documents in accordance with the Design/Build General Engineering Requirements for purposes of determining if the proposed approach will meet the performance requirements of the project (not Ato-exceed ten (10) pages).

 4. Price (no page limit).

 Solicitation Number F17PS00860 with attachments is being posted on or about July 14, 2017 with proposals due by 3 PM PDT on August 15, 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.

Contracting Office Address  :

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

 

Point of Contact(s)  :

Lautzenheiser, Karl


원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=8afccfb592470b0b924f0fef1e92eff8&tab=core&_cview=0