Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2009 FBO #2733
SOURCES SOUGHT

Z -- Market Survey for Single Award Task Order Contract (SATOC) for Repair and Alteration Services for the Intermountain Region primarily CO and UT, but could be used for projects in WY, MT, AZ, NM, OK and TX.

Notice Date
5/19/2009
 
Notice Type
Sources Sought
 
Contracting Office
IMR - Denver National Park Service12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
SATOCNPSIMRSURVEY
 
Response Due
6/29/2009
 
Archive Date
5/19/2010
 
Point of Contact
Pamela L. Kaelin Contract Specialist 3039876767 pamela_kaelin@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
This Market Survey Notice is being conducted to determine the size and type of businesses able to provide Repair and Alteration services required under a Single Award Task Order Contract (SATOC) for the Intermountain Region of the National Park Service. This will be one Indefinite Delivery Indefinite Quantity (IDIQ) Contract. Task Orders issued under the IDIQ will be negotiated and awarded as firm fixed priced task orders using RS means. The work will primarily be located in the states of Colorado and Utah, but could also be located in Montana, Wyoming, Arizona, Oklahoma, New Mexico and Texas. Typical work may include, but not limited to; design build, construction, building maintenance, building renovation, rehabilitation, repair, remodeling and historical preservation, HVAC, plumbing, and electrical replacement/upgrades, trail construction and repair work, energy-saving upgrades, rodent proofing and feces cleanup, roofing, painting, road construction or repair work, all types of building/facilities demolition, structural repairs, site work, site restoration and rehabilitation, landscaping, parking lots, storm water/drainage, geotechnical work, utility (water, wastewater, electrical, gas, IT, telecommunications, etc.) installation/replacement or extensions, paving, equipment upgrades, security and fire alarm systems, fire suppression systems, lead paint removal, PCB (Polychlorinated Biphenyl) mitigation, HTRW (Hazardous Toxic Radioactive Waste) removal, and asbestos abatement, new building/structure construction and as required the design associated with all of the various aforementioned tasks. The designs shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. The estimated duration of the contract will be one base year plus four option years. The base year and option years will have a maximum dollar value of $3 Million and a minimum of $2,000. The main NAICS for this acquisition is 236220, with a size standard of $33.5M. If this is a service your business can provide, respond to this Sources Sought by 29 June 2009; 4:30 P.M. (MDT). Responses should include: (1) Business Name and Address, (2) Point of Contact Name, Phone Number and Email, (3) DUNS and NAICS code(s), (4) Type of Business: 8A, HUBZone, Women-owned, Service Disabled Veteran-Owned, etc (No Large Businesses), (5) Bonding Capacity, single and aggregate (6) Descriptions of similar work experience. All businesses are encouraged to limit their responses to no more than 10 pages in length. Sources Sought is issued for market research purposes in accordance with FAR Part 10. No solicitation is being issued at this time. The Government will not pay for any information submitted in response to this sources sought synopsis. All businesses interested in providing this service are encouraged to reply by email to pamela_kaelin@nps.gov (Note: This is not a request for proposal or an announcement of a solicitation).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/SATOCNPSIMRSURVEY/listing.html)
 
Place of Performance
Address: Primarily CO and UT, but could be used for projects in WY, MT, AZ, NM, OK and TX.<br />
Zip Code: 80228<br />
 
Record
SN01821804-W 20090521/090520000020-7150cf3f363a8303c6faeed8631df817 (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.