Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity Contract for Historic Concrete and Stone Repair and Maintenance

Notice Date
3/4/2009
 
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
N20000911300
 
Archive Date
3/4/2010
 
Point of Contact
Rebecca Bizier Contract Specialist 3039692362 rebecca_bizier@nps.gov ; Brenda Karl Contracting Officer 3039876747 Brenda_Karl@nps.gov ;<br />
 
Small Business Set-Aside
N/A
 
Description
General: The National Park Service (NPS), Department of Interior, will be soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the U.S. Federal Business Opportunities (FBO) and Department of Interior's National Business Center (NBC) websites, at www.FedBizOpps.gov and 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 on both websites. 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 will need to register to receive notification of this specific solicitation at www.FedBizOpps.gov and 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 websites for all information relevant to this solicitation and periodically checking for amendments and other changes to the contract documents. No other notifications will be sent. 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 the Central Contractor Registration at www.CCR.gov in order to conduct business with the Federal Government. Proposed Solicitation Issue Date: March 19, 2009 Title of Project: Repair and Maintenance of Historic Concrete and Stone in Maryland, Virginia, District of Columbia and West Virginia Description: Work will include analysis of existing conditions, cleaning of existing historic concrete and stone, replacement-in-kind of portions of historic concrete and stone including but not limited to pavements, stairs, curbs, walls, cornices, benches, patching/repair of spalls and delaminations at concrete elements with an exposed aggregate finish, replication or repair of concrete/stone piers and decorative elements (urns, balusters, obelisks, fountain elements, water spouts, handrails, coping and other pre-formed objects and decorative elements), creation of molds from extant or portions of extant features, repair of concrete/stone with imbedded elements, and repair of cracks in historic concrete and stone. This would require replication, creation, and/or analysis of concrete mixes and analysis of stone as required. Work may be vertical or horizontal surfaces. Repair of modern concrete/stone that is incidental to the historic concrete/stone is also included. Relevant NAICS codes are 238110, 238120, 238140, and 238190. Work will potentially occur throughout the National Capital Region. The National Capital Region (Maryland, District of Columbia, Virginia, and West Virginia) contains more than 700 individual sites, ranging from community parks that serve as neighborhood gathering places to national monuments that attract visitors from around the world. Serving more than 40 million visitors annually, the parks of the National Capital Region encompass more than 87,000 acres of parkland and open space with thousands of historic structures and archeological sites, hundreds of miles of trails, bike paths, riverfront, scenic parkways, and historic canals. The National Capital Region also offers visitors numerous statues, presidential memorials, historic forts, Civil War battlefields, and the White House. Despite ongoing repair and maintenance these sites continue to have large amounts of deteriorated stone and exposed aggregate retaining walls, paving, and steps remaining and deterioration of walls and paving continues. The National Park Service (NPS) seeks interest from experts in the stone and concrete industry capable of providing expert advice, formula development services, and ongoing repair of the concrete and stone decorative features. In some cases formulas for the concrete mixes for repair have been developed, but the Park has varied concrete within and additional mixes and formulas may need to be developed to match the historic concrete in the color, texture, frequency of specific aggregate colors and size of the historic concrete aggregate and matrix, including, when possible, using materials from the original quarries. There are slight variations in the same mix for the concrete in different locations; therefore, some adjustment must be made to create samples to match specific locations. Work may include submitting alternate design mixtures when characteristics of materials, project conditions, weather, test results or other circumstances warrant adjustments. Work may include replacement of portions of stone/concrete pavements and stairs, patch repair of spalls (missing, damaged or deteriorated locations) and delaminations at stone and concrete elements with an exposed aggregate finish, and replication or repair of concrete/stone piers and decorative elements, providing steel reinforcement where necessary. Concrete spalls are both shallow and deep, deep spalls being those which have exposed rebar within the spalled area and shallow spalls those with no visible reinforcing (prior to cleaning and preparation for repair). Some repairs may require injection grout and/or repair mortar. Repair of modern stone and concrete that is incidental to the historic concrete is also included. EXAMPLES OF WORK: Shenandoah National Park, located in Virginia contains 69 historic overlooks located along Skyline Drive. Improvements of the overlooks are needed as a result of their deteriorating condition. This includes deterioration of historic stone guardwalls, retaining walls and parking areas at overlooks that has created public safety concerns and diminished overall visitor enjoyment. Significant character-defining features such as stone curbing, stone-paved drainage structures, stone headwalls, walkways, stone retaining walls and guard walls require restoration and repair. Historically appropriate dry-laid stone retaining walls would be rebuilt on concrete foundations for a longer lasting solution to the steep slopes. Significant drainage issues would be corrected by adding culverts, adding weep holes and slightly modifying grades. Overlooks would be repaved. Meridian Hill Park is located in Washington, D.C. approximately one and one-half miles north of the White House. It is one of Washington's most important and historic parks in the tradition of the monumental, federal parks of the Mall. Bounded by 16th Street on the west, Euclid Street on the north, 15th Street on the east and W Street on the south, Meridian Hill Park is located within a diverse and changing neighborhood. Originally envisioned as "a classical villa landscape at the center of a vibrant and interesting residential neighborhood", the park continues to play an important role in the physical as well as social landscape of the neighborhood. Meridian Hill Park was designated a National Historic Landmark in 1994, as "an outstanding accomplishment of early 20th-century Neoclassicist park design in the United States" This significant historic resource was originally created to provide visitors and the citizens of Washington D.C. with a formal garden comparable to the public gardens of Paris, Rome and other foreign capital cities. Among its distinctive architectural features are walks, terraces, pools, fountains, and cascades that were constructed of exposed concrete aggregate, using the pioneering techniques developed by craftsman John Earley. TYPE OF PROCUREMENT: NPS anticipates awarding multiple Indefinite Delivery/Indefinite Quantity (IDIQ) task order contracts to satisfy this need. The NPS anticipates competing individual task orders for each project among all successful contractors awarded a contract under this solicitation. Individual task orders will provide information regarding site location, end product results, site restrictions and/or limitations. Site visits will be highly encouraged. The term of the IDIQ contract shall be one year with four one-year options. The total of all task orders for the base and option years for each IDIQ contract awarded will not exceed $10,000,000.00. Payment and Performance bonds will be required on a per task order award. The Small Business Administration (SBA) has recently raised the maximum contract amount that can be covered by an SBA guaranteed surety bond from $2 million to $5 million. Small businesses can find further information regarding SBA bonding on www.SBA.gov. All responsible 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. In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS subcontracting goals for the participation of small businesses at a minimum are as follows: Small Business Concerns - 60%; Small Disadvantaged Business Concerns - 24%; Small Women-Owned Business Concerns - 6%; HUBZone Small Business Concerns - 10%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 12%. Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (Jul 2005) (status of firms can be found on CCR's Dynamic SB Search).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b820c6887e860eb15b42d96a53f36338&tab=core&_cview=1)
 
Place of Performance
Address: District of Columbia, Virginia, Maryland, and West Virginia<br />
Zip Code: 80225<br />
 
Record
SN01761386-W 20090306/090304215704-b820c6887e860eb15b42d96a53f36338 (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.