SOLICITATION NOTICE
Y -- Reconstruct Furnace Creek Water System
- Notice Date
- 6/6/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, Denver Service Center 12795 W. Alameda Parkway Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- N8000070917
- Response Due
- 7/21/2007
- Archive Date
- 6/5/2008
- Small Business Set-Aside
- N/A
- Description
- NAICS CODE: 237110, SMALL BUSINESS SIZE STANDARD: $31.0 million TITLE OF PROJECT: Reconstruct Furnace Creek Water System GENERAL: The National Park Service (NPS), Department of Interior (DOI), is soliciting proposals from construction firms having the capability to perform the work described below. This solicitation will be issued electronically on the Department of Interior's National Business Center (NBC) web site at http://ideasec.nbc.gov. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Prospective offerors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. The benefit of using ORCA is the Reps and Certs information can be entered once and used on all Federal contracts. This site allows the contractor to maintain an accurate and complete record. This allows the Contracting Officer to view every record, including archives. The ORCA site can be found at http://www.bpn.gov and click on "Online Reps and Certs Application." For additional help please contact the Procurement Technical Assistance (PTAC) (www.dla.mil/db/procurement.htm closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. Proposal documents will be available in Microsoft Word, HTML, and Adobe PDF. Specifications and Drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes for this specific solicitation, will need to subscribe to this solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. The Government's policy is to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registrations (CCR Dynamic Small Business Search) for potential subcontractors within these various socio-economic categories. In order to be considered for award, all large businesses will be required to submit an acceptable Small Business, Veteran-owned small business, Service-disabled veteran-owned small business, HUBZone small business, Small disadvantaged business and Women-owned small business Subcontracting Plan with their proposal. No other notifications will be sent. ANTICIPATED SOLICITATION ISSUE DATE: June 21, 2007 ANTICIPATED PROPOSAL RECEIPT DATE: July 23, 2007, no later than 12:00 noon, Mountain Daylight Time. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. DESCRIPTION: The project will develop an appropriate water collection system to provide a reliable quality and quantity of potable water for the National Park Service, Xanterra resort facility (i.e. the Furnace Creek Inn and Ranch Resort, Timbisha Shoshone Indian tribe, and park visitors; and promote conservation of biological and cultural resource values in the Travertine-Texas Springs area. This project will also separate the delivery systems for potable and non-potable water in order to allow treatment of only the potable water, thereby decreasing the facility size and the life-cycle costs necessary for delivering potable water. Project work will include drilling up to three wells in the Texas Springs syncline. All potable water would be pumped from these wells. The potable water would be treated for arsenic, boron, fluoride, and total dissolved solids removal with a reverse osmosis treatment plant. The Furnace Creek Wash collection gallery would be moved to the lower end of the wash in order to reestablish the area as riparian habitat. The collection gallery would be used for non-potable water only. TYPE OF PROCUREMENT: A firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The Government will consider an offeror's technical capability in comparison to its price. ESTIMATED PRICE RANGE: $7,000,000.00 to $8,000,000.00 TIME FOR COMPLETION: Approximately 550 days The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation. END OF ANNOUNCEMENT
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2533005)
- Place of Performance
- Address: Death Valley National Park, Invo County, California
- Zip Code: 923280579
- Country: US
- Zip Code: 923280579
- Record
- SN01311801-W 20070608/070607035429 (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 |