SOLICITATION NOTICE
Y -- Redevelop Visitor Facilities and Install Flash Flood Protection - Phase II, Lake Mead National Recreation Area, Willow Beach, AZ, LAME 005191
- Notice Date
- 8/29/2008
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- N2011080753
- Archive Date
- 8/29/2009
- Point of Contact
- David E. Thomas Contracting Officer 3039692166 David_Thomas@nps.gov ;<br />
- Small Business Set-Aside
- N/A
- Description
- At the request of the Small Business Administration they have asked us to conduct additional research to determine if there are actual HUBZone that will bid this project at fair and reasonable costs. Please submit the information requested with a copy to Edward.Kurtz@peterson.af.mil SBA PCR and jose.martinez@sba.gov SBA PCR. Your response is due no later than cob MDT September 8, 2008. In addition to addressing NPS needs please review the following regulations and specifically address if you will meet the 50% performance with your own forces and if you will perform by yourself or with a JV with other HUBZone firms.13 126.700 What are the performance of work requirements for HUBZone contracts?(a) A prime contractor receiving an award as a qualified HUBZone SBC must meet the performance of work requirements set forth in 125.6(c) of this chapter.(b) In addition to the requirements set forth in 125.6(c), one or more qualified HUBZone SBCs must spend at least 50% of the cost of the contract incurred for personnel on its own employees or employees of other qualified HUBZone SBCs.(1) A qualified HUBZone SBC prime contractor receiving a HUBZone contract for general construction may meet this requirement itself by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 35% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs.(2) A qualified HUBZone SBC prime contractor receiving a HUBZone contract for specialty construction may meet this requirement itself by expending at least 50% of the cost of the contract incurred for personnel on its employees or it may subcontract at least 25% of the cost of the contract performance incurred for personnel to one or more qualified HUBZone SBCs. A qualified HUBZone SBC prime contractor may not, however, subcontract more than 50% of the cost of the contract incurred for personnel to non-qualified HUBZone SBCs.(c) A contracting officer may waive the 50% requirement set forth in paragraph (b) of this section for a particular procurement after determining that at least two qualified HUBZone SBCs cannot meet the requirement. Where a waiver is granted, the qualified HUBZone SBC prime contractor must still meet the performance of work requirements set forth in 125.6(c) of this chapter.[70 FR 51250, Aug. 30, 2005]13 126.616 What requirements must a joint venture satisfy to submit an offer on a HUBZone contract?A joint venture may submit an offer on a HUBZone contract if the joint venture meets all of the following requirements:(a) HUBZone joint venture. A qualified HUBZone SBC may enter into a joint venture with another qualified HUBZone SBC for the purpose of submitting an offer for a HUBZone contract. The joint venture itself need not be certified as a qualified HUBZone SBC.(b) Size of concerns. (1) A joint venture of two or more qualified HUBZone SBCs may submit an offer for a HUBZone contract so long as each concern is small under the size standard corresponding to the NAICS code assigned to the contract and the HUBZone joint venture in the aggregate may exceed the size standard provided the procurement meets the following conditions:(i) For a procurement having a revenue-based size standard, the procurement exceeds half the size standard corresponding to the NAICS code assigned to the contract; and(ii) For a procurement having an employee-based size standard, the procurement exceeds $10 million.(2) For a procurement that does not exceed the applicable dollar amount specified in paragraph (b)(1) of this section, a joint venture of two or more qualified HUBZone SBCs may submit an offer for a HUBZone contract so long as the qualified HUBZone SBCs in the aggregate are small under the size standard corresponding to the NAICS code assigned to the contract.(c) Performance of work. The aggregate of the qualified HUBZone SBCs to the joint venture, not each concern separately, must perform the applicable percentage of work required by 13 CFR 125.6.[69 FR 29426, May 24, 2004]" Please be advised that this will be your final submission in response to this requirement. The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. (Identify the park on your package LAME-005191). If you are emailing your information you MUST zip your file or I will be unable to receive it. Your response is due no later than cob MDT September 8, 2008. The amount of interest or lack there of will determine the possibility of a set-aside or full and open competition "(the size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 What are the penalties for misrepresentation of size status? All firms should be certified in ORCAhttps://orca.bpn.gov 4.1201-Policy)". Please contact me at the number below if you have further questions. Lake Mead National Recreation Area (LAME-005191) Install Structural Protection From Flash Flood Hazard for Visitor Safety at Willow BeachEstimated Range: Above $15,000,000Period of Performance: approximately 540 days of NTPNAICS Code: 237990 Project Description: This project involves the complete renovation of the Willow Beach developed area at Lake Mead National Recreation Area. The majority of work consists of site development and utilities. The project will also construct several new buildings along with other miscellaneous improvements. This description does not cover every element of work, but is intended to convey the nature of extent of the work. Site development includes both the redevelopment of existing developed areas and new development in undeveloped areas. Work includes asbestos abatement and demolition of four existing buildings as well as demolition of existing site elements; new picnic areas; new roads and parking lots; reconstruction of existing roads and parking lots; new flood channels; a new campground and trails; site preparation for new buildings, installation of an early warning flood detection system, and relocation of an existing marina. Extensive earthwork is associated with many of the site elements. Excess excavated materials located in dry wash channels and waterfront areas will be reprocessed for reuse on the project as base course, gravel, rip rap, and similar select materials. Flood channels include concrete-lined and gabion lined structural flood channels located within existing dry washes, excavated flood diversion channels, and smaller rip rap drainage channels and other drainage structures. Waterfront work includes bank stabilization, new walkways, shade structures, benches, picnic sites, and other associated site amenities. Campground work includes remediation of an existing rubbish dump and construction of a 38 site full service campground. Building site preparation includes building pads for four single family residences and two duplexes as well as site preparation for the new buildings to be constructed under this project. New subsurface irrigation and landscape plantings will be installed throughout the developed area. Utility work includes water, wastewater, electrical, and fuel systems. The project will construct a complete new water system including two wells, water supply and distribution lines, a reverse osmosis water treatment plant, and two buried concrete water storage tanks. In addition, an existing steel water storage tank will be demolished and two existing wells will be abandoned. The project will construct selected wastewater system improvements including gravity collection lines and manholes, septic tanks, lift stations, transmission lines, and a new boat waste dump station. The project will underground the existing overhead primary power distribution system in the waterfront developed areas and extend underground service into newly developed areas. Electrical system work includes primary power conduits and associated power distribution components as well as meter centers; secondary conduits and conductors, associated secondary power distribution system components, and site lighting. The project will also install conduits to extend telephone service. Actual installation of primary conductors, transformers, and meters will be by a separate procurement with the electrical utility; however the contractor will be responsible for coordinating this work. Similarly, installation of telephone lines will be by a separate procurement with the telephone company; however the contractor will be responsible for coordinating this work. Fuel system elements include relocation of the existing fuel storage tank and associated components, construction of a new fueling area, and extending new fuel lines and associated components to the relocated marina in front of the new concessions building Building work includes the following new buildings (with approximate square footages): A concessions store/grill (7,600 square feet plus 6,700 square feet of shaded exterior space), a campground comfort station (1,400 square feet), a maintenance facility (1,650 square feet), and a very small picnic area comfort station. Building work also includes the exterior remodel of the existing 2,200 square foot fire station and a new 1,300 square foot water treatment plant The point of contact for this solicitation is Carmen J. Washington, Contracts Specialist, National Park Service, National Park Service, 12795 W. Alameda Parkway, P.O. Box 25287, Denver, Colorado, 80225. Email address is Carmen_washington@contractor.nps.gov and the voice telephone is (303)969-2307.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b23d51242c95fef6cde0c601760eb5c2&tab=core&_cview=1)
- Place of Performance
- Address: Lake Mead National Recreation Area, Boulder City, Nevada<br />
- Zip Code: 890052426<br />
- Zip Code: 890052426<br />
- Record
- SN01655122-W 20080831/080829220421-b23d51242c95fef6cde0c601760eb5c2 (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 |