Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

Z -- Mount Rainier National ParkParadiseLower Parking Lot Rehabilitation

Notice Date
6/24/2008
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, P.O. Box 2528712795 W. Alameda Parkway, Attn: Rodney Keiscome Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011080805
 
Archive Date
6/24/2009
 
Point of Contact
Audrey Winters Contract Specialist 3039692053 Audrey_Winters@nps.gov;
 
Small Business Set-Aside
Total HUB-Zone
 
Description
General: The National Park Service, Department of Interior, is soliciting proposals for 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. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications will be available in Adobe PDF format, and drawings will be available in TIFF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific 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. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has a Interested Vendors List and a Watchlist that you can add your company's interest. Plan holders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all amendments and attachments are available only at the National Business Center's website. Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in CCR in order to conduct business with the Federal Government. Proposed Solicitation Issue Date: July 8, 2008. This date is approximate. Title of Project: Lower Parking Lot Rehabilitation A site visit meeting is tentatively planned for July 29, 2008, at 9:00am. All interest parties are encouraged to attend. Participants are requested to meet at Jackson Visitor Center, Mount Rainier National Park, Washington. Description: The work of this contract consists of the demolition and removal of the Henry M. Jackson Memorial Visitors Center, and the rehabilitation of a portion of the Lower Paradise Area, after the existing Jackson Visitor Center is removed. Work includes crushing of concrete, masonry, and stone on site and hazardous materials abatement, including the removal of two (2) 10,000-gallon fuel tanks and associated fuel lines. Hazardous materials abatement and salvage will be done in September, October, and November of 2008. The Visitor Center will be demolished in April and May of 2009. The partial parking lot and site rehabilitation will consist of rough grading to be done in May and June of 2009. The concrete Visitor Center was built in 1966 and remodeled in 1988. It consists of a partial basement and three main floors and a mezzanine with a total of 60,000 square feet. The basement has a boiler room, fan room, maintenance shop, public restrooms, a lounge area with showers, three staff apartments, storage, refrigerators and freezers. The boiler room has two diesel-fired boilers (installed in the mid 1980's) that supply low-pressure steam to the unit heaters throughout the building and also heat the glycol based roof snow melt system.The main floor of the building contains a cafeteria, information desk, restrooms, bookstore and gift shop. The second floor has an exhibit room, and auditorium with projection room and the mezzanine contains an additional exhibit room and storage. The third floor is the observation room with a 360-degree view. There is a central pipe chase extending from the basement up through the middle of the building to the penthouse fan room. This chase contains the main exhaust vent for the boilers; heating supply lines for the snow melt system, and supply lines for the perimeter radiators on each floor. The building was modified in 1988 and a new copper roof was installed in 1998. Some of these projects as well as other updates have involved abatement of asbestos-containing materials. A hazardous materials survey was conducted in 2004 that identified asbestos containing materials, lead-based paint, fluorescent light tubes that may contain mercury and ballasts that may contain PCBs, and mercury containing light switches. There are also electrical transformers that may contain PCBs. The two 10,000-gallon, underground, diesel fuel tanks will be removed. It should be assumed that there will be contaminated soils in the fill port areas. All hazardous material and contaminated soil remediation must be accomplished in compliance with Pierce County, State, and Federal regulations. Items to be sold for reuse or recycled by the contractor include: two boilers, elevator equipment, copper, steel, aluminum, generator, cooler-freezer equipment, and dining room furnishing. All concrete and stone from the building will be crushed and used as fill on site. It is anticipated that the crushed concrete from the visitor center demolition will be sufficient to provide for rough grading for paved and landscaped areas. There is a requirement to stockpile 1,600 cubic yards of crushed concrete and stone to be used in a future contract for final road base. Because the exact quantity of crushed concrete and stone that the building demolition will yield and the exact quantity of crushed concrete and stone that is needed are not known, this contract provides for the transport of surplus crushed concrete and stone and the import of borrow depending on the exact needs. Utilize all crushed materials on site and provide the 1,600 cubic yard stockpile, before importing borrow. The existing utilities connecting to the building (water, sewer, power and data) will be disconnected by the Park, as scheduled by the Contractor in agreement with the Park. Abandoned utility lines, encountered during demolition of the building, are to be removed by the contractor. Utility lines located outside the boundary of the building and that are not interfering with the removal of the building are to be left in place. Contractor is to coordinate with the Park for utility work that is to be performed by the Park. Type of Procurement: A negotiated 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: $700,000 to $1,500,000. Time for completion, 11 months; work to be completed by July 1, 2009. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. All responsible Hubzone sources may submit an offer that will be considered. It is the policy of the Government 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 by any executive agency, consistent with efficient contract performance. 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 Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be2a38924df39d49829f33d9fe76ae23&tab=core&_cview=1)
 
Place of Performance
Address: Pierce County, Washington
Zip Code: 983049751
 
Record
SN01600086-W 20080626/080624220516-be2a38924df39d49829f33d9fe76ae23 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.