The RFP Database
New business relationships start here

CA-MARIN IS NWR-ABATE & DEMO STRUCTURES


Oregon, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit and procure a firm-fixed-price (FFP) contract for structure abatement and demolition at the Marin Islands National Wildlife Refuge. Project is a small business set-aside. Applicable NAICS code is 238910. Small business size is defined as $15.0 million or less annually when averaged over a three year period. The period of performance for the project is from August 15, 2017 and completion before February 1, 2018.

The following is an overview of the required tasks.

1. GENERAL: The US Fish and Wildlife Service, Marin Islands National Wildlife Refuge (NWR) has a request for services to abate hazardous materials such as asbestos containing materials (ACM) and lead based paint (LBP) by a state licensed abatement contractor. The hazardous materials shall be abated and disposed of in accordance with all applicable state, county and federal regulations. Once the hazardous materials have been properly abated, the structures shall be demolished and disposed of by the contractor. The work is to be performed on several structures located on the Marin Island NWR. The number of buildings demolished and disposed of will be based on availability of funds.

2. BACKGROUND: The Marin Island NWR is located within the San Pablo Bay about 0.5 miles east of San Rafael, California. East Marin Island covers approximately 10 acres and is characterized by steep cliffs rising to a plateau that extends across the central portion of the island. The north side of the island is densely vegetated, whereas the south side is more barren and less vegetated than the north side. The Marin Islands are considered to have the largest heron and egret rookery in northern California.

Several structures were built on East Marin Island starting back in the 1930B?s. They are no longer needed by the FWS and are considered expendable. The FWS would like to demolish these structures but needs to remove any hazardous building materials the structures might contain before they can be demolished.

SCOPE: Provide services to abate hazardous materials such as but not limited to ACM's, LBP's and PCB's by a state licensed abatement contractor. Once the structures are determined hazardous free they shall be completely demolished. More specifically the contractor shall supply all labor, equipment and materials necessary to provide services for the following tasks

A.    Base Contract - Abate hazardous containing materials such as but not limited to

ACM's and LBP's on or in the structures listed below:

Task 1 - Abatement Mobilization (Includes basic mobilization costs needed to mobilize and demobilize a crew onto and off the island. Additional mobilization costs to complete each task should be included with each task item listed below).

Task 2 - Hazardous Materials Abatement at the Main House

Task 3 - Hazardous Materials Abatement at the Guest House

Task 4 - Hazardous Materials Abatement at the Power, Transformer, Electrical Housing; Pumphouse and Pump; 10,000 Gallon Water Storage Tank; and Maintenance Shed (A limited Asbestos Sampling Survey shall be performed on these structures to verify any presence of asbestos containing materials).

All hazardous containing materials shall be removed by a licensed contractor. The contractor shall implement the operations, practices, and equipment required to protect personnel and FWS employees in and around the work area from any exposure to all hazards. All abatement work shall be performed in accordance with all current Federal, State and local regulations.

The contractor shall be responsible for identifying, obtaining, and paying for all permits, licenses, and other costs necessary for performing the work. This includes any additional sampling required such as LBP TCLP sampling needed to verify that the waste is under the Lead Toxic Characteristic levels and can be disposed of as non-hazardous waste.

The contractor has overall responsibility in preparing any necessary documentation to perform the abatement and its subsequent disposal.
All hazardous materials debris shall be properly wrapped, labeled, and hauled offsite to disposal sites approved for the appropriate hazardous material debris disposal.

B. Optional Tasks for Demolition- Demolish all remaining portions of those structures above ground and below ground identified to be demolished, including the foundations, remaining utility conduits and pipelines on the property. Haul all demolished materials offsite to disposal sites approved for construction debris disposal. The contractor shall try to minimize disposal of materials to the landfill by salvaging as much of the demoed materials, such as the redwood water tank components, as possible.

Task 5 - Demolition Mobilization (Includes basic mobilization costs needed to mobilize and demobilize a crew onto and off the island. Additional mobilization costs to complete each task should be included with each task item listed below).

Task 6 - Demolition and Disposal of Main House

Task 7 - Demolition and Disposal of Guest House

Task 8 - Demolition and Disposal of Power, Transformer, Electrical Housing; Pumphouse and Pump; 10,000 Gallon Water Storage Tank; and Maintenance Shed

C. Optional Tasks for Site Regrading- Regrade the sites where any holes or trenches (6B? or more) were created to remove structures or components of structures with local surrounding native fill material to remove any potential falling hazards. Disturbance of the surrounding soil shall be kept to a minimum.

Task 9 - Re-grade Main House; Guest House; Power, Transformer, Electrical Housing; Pump House and Pump; 10,000 Gallon Storage Tank; and Maintenance Shed Sites

3. PLACE/DELIVERY AND PERIOD OF PERFORMANCE: All abatement/demolition related work is located on the East Island Unit of the Marin Islands NWR, San Rafael Bay, Marin County, California. Construction work on the project can begin after Notice To Proceed is given and the contractor has filed for and received all the proper permits needed to start the work. The Period of Performance shall be 60 days.

This island is used by migratory birds for nesting. Work shall begin after August 15, 2017 and be completed before February 1, 2018.

4. INSPECTION AND ACCEPTANCE: The work shall be constructed in accordance with US FWS Region 1, 7 and 8 General Engineering Requirements as amended by this SOW and with the most current edition of the OSHA Asbestos, and Lead Based Paint Regulations, NESHAPS Requirements, and any other applicable federal, California State and local codes or regulations. Acceptance of work is contingent on receiving a final report in 8-1/2" x 11" letter format from the contractor. Air sampling reports, waste manifest reports, copies of permits and the contractor's employee certifications shall be included in the final report. The work shall be accepted when all the work is completed as described here within and in accordance with any contract specifications and code requirements. Work shall be subject to observation and inspection by FWS personnel to assure compliance with the contract documents. But quality control and adherence to all contract and code requirements is still the responsibility of the contractor.

5. GOVERNMENT FURNISHED EQUIPMENT OR
MATERIALS/INFORMATION: Copies of the Asbestos Surveys and Lead Based Paint surveys conducted on Marin Island NWR shall be made available.

The Contractor shall furnish all temporary facilities and utilities needed including heat, light, power, water, telephone, sanitary facilities, job offices, material handling equipment, temporary construction aids, and storage enclosures. By request from the contractor, limited power, water and sanitary facilities may be made available if the use is not excessive and does not negatively impact Refuge operations.

Access to the island for personnel, materials and equipment is limited to boats from the mainland to an on island boat dock, or beach landing with a small to medium size landing craft.

The contractor may camp out on the island or live on a boat during the period of performance with prior FWS permission and in accordance with all applicable FWS requirements.

6. AVAILABILITY: Normal duty hours are Monday through Friday 7:30 am to 4:00 pm. Work shall be performed during these hours unless prearranged with the Refuge Manager. Federal holidays not included. The Refuge Manager has the authority to stop any work by the contractor that is deemed unsafe or negatively impacts the mission or operation of the Refuge.

Marin Island NWR is located in the San Pablo Bay which is fairly shallow. So access to the islands is controlled by tidal influence. A minimum water depth of 2.5 feet or greater is needed to access the island.

7. SPECIAL NOTICE: A Pre-Bid Site Visit was already held on July 19, 2017 and additional site visits will not be entertained at this time. The date for receipt of questions was July 25, 2017.

Personnel working on the island need to take precautions for possible contact with poison oak that is growing on the island.

8. TECHNICAL COORDINATOR:

Mark Harris, Project Manager
US Fish & Wildlife Service, R1, Division of Engineering
911 NE 11th Ave
Portland, OR 97232
503-231-2209

9. REFUGE CONTACT:
Don Brubaker, Refuge Manager
Marin Islands National Wildlife Refuge
C/O San Pablo Bay NWR
2100 Highway 37
Petaluma, CA 94954
707-769-4200

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 `UnacceptableB?, 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 lowestB,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., abatement and demolition work on a remote island) of the solicitation package over the last five (5) years. Firms shall provide a minimum of two (2) and a maximum of five (5) projects. Each project shall have a final contract value not greater than $1,000,000.00.

3. Preliminary Work Plan: Contractor shall submit a preliminary work plan describing his/her approach to the project. At a minimum it shall include information on the crew size and skills, subcontractors, equipment used, methods of demolition, packaging and transporting debris and resources while on the island and back and forth from the island. It shall also include information on if and what type of crew housing used if they plan to be housed on the island during the project. Information shall be in the form of a written narrative and should include drawings, diagrams and/or pictures to provide clarity (not to exceed ten (10) pages).

4. Price (no page limit).

Solicitation Number F17PS00716 with attachments was posted on May 24, 2017 and proposals are now due by 3 PM PST on August 17, 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.

Lautzenheiser, Karl

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP