Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOLICITATION NOTICE

Z -- RECOVERYEmergency Repairs for Settlement at Jefferson Memorial Seawall, National Mall and Memorial Parks, NAMA-128232

Notice Date
6/23/2009
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division OTHER THAN US POSTAL SERVICENational Park Service, Denver Service Center12795 W. Alameda Parkway LAKEWOOD CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011090072
 
Response Due
8/14/2009
 
Archive Date
6/23/2010
 
Point of Contact
Margaret Lemke Contracting Officer 3039692039 margaret_lemke@nps.gov ; Eric R. Weisman Contract Specialist 3039692344 eric_weisman@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
RECOVERYAmerican Recovery and Reinvestment Act (ARRA) of 2009 Funded ProjectTITLE OF PROJECT - RECOVERY Emergency Repairs for Settlement at Jefferson Memorial Seawall, National Mall and Memorial Parks, Washington, DC. Solicitation Number: 1443N2011090072.The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. The solicitation will be issued electronically on the Department of Interior's National Business Center (NBC) web site, http://ideassec.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 NBC web site. Solicitation documents will be available in Microsoft Word, HTML, and/or Adobe PDF. Specifications will be available in Adobe PDF format; drawings will be available in PDF 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://ideas.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. No other notifications will be sent. The anticipated solicitation issue date will be approximately between July 14, 2009, and July 21, 2009. This procurement is offered as a Full and Open Competition, although the National Park Service encourages the participation of small business, disadvantaged, and woman-owned business enterprises. NAICS Code: 237990, Size Standard $33.5 MillionDESCRIPTION OF WORK: The work of this contract consists of work that is to be performed in preparation and support of the overall project including, but not limited to: securing all required permits, performing a preconstruction photo survey, site and aggregate topping surveys, installation of vibration monitoring equipment, exploratory boring, installation and maintenance of Guard Booth and Government Furnished Entrance Gate, floating barricade and/or buoy system, sediment and erosion control improvements, stormwater management devices, temporary restroom facilities, construction and staging fencing, tree protection fencing, and on-site trailers; demolition and reconstruction of the West Transition Zone, East Transition Zone, and West Terrace Walkway, including, but not limited to, dismantling, photographing, cataloguing and salvage of granite elements, demolition of topping course and slab, excavation and haul away of materials, installation of new piles, and construction of new grade beams and transition slabs; demolition and reconstruction of the Seawall Section 6, Seawall Section 7, Seawall Section 8, and Seawall Section 9, including but not limited to, dismantling, photographing, cataloguing and salvage of granite elements, demolition of topping course and slab, installation and removal of temporary cofferdam and turbidity curtain, installation and integrity testing of caissons, installation and testing of pipe piles, excavation and haul away of materials, construction of new seawall and plaza slab, installation of backfill, installation of plaza lighting, and installation of joints, reinstallation of granite features; demolition and reconstruction of the exposed aggregate topping course, including, but not limited to, removal of remaining expose aggregate topping over the North Plaza to the limits shown in the project drawings, and new exposed aggregate topping course is to be installed throughout the site to the limits shown in the project drawings; and, work involved in the closeout of work and demobilization from the site, including, but not limited to, replacement of damaged landscape and pavement areas, breakdown of construction and staging fencing, breakdown of tree protection fencing, demobilization, clean up of site, site and photographic surveys.OPTIONS MAY INCLUDE: demolition and reconstruction of the Seawall Section 10 and Seawall Section 11, including but not limited to, dismantling, photographing, cataloguing and salvage of granite elements, demolition of topping course and slab, installation and removal of temporary cofferdam and turbidity curtain, installation and integrity testing of caissons, installation and testing of pipe piles, excavation and haul away of materials, construction of new seawall and plaza slab, installation of backfill; installation of plaza lighting, and installation of joints, and reinstallation of granite features; patching and removal of temporary topping course on the new structural slab adjacent to the new seawall, including, but not limited to, installation of temporary patching, and removal of patching. The total potential area of patching and removal is approximately 3,000 square feet; and, structural tie-in of slabs and seawall, and the finish tie-in of toppings and curbs of the new work to existing, including but not limited to, the installation of steel sheet piles perpendicular to the seawall, dewatering measures necessary to perform the work, the installation of Grip-Twist mechanical splices, non-bonding fillers to be removed upon continuation of other contract line itmes, dowels set in epoxy, the extension of the existing plaza slab to meet the new plaza slab, the extension of the existing seawall to meet the new seawall, and the resetting of capstones and facestones, to be performed if the project is terminated prior to finishing seawall work.All work will be performed under a single contract.TYPE OF ACQUISITION: 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, past performance, and price to determine the best value (trade-off process) to the government.In accordance with FAR Subpart 36.204, CONSTRUCTION PRICE RANGE for this project is estimated to be more than $10,000,000. Time for completion will be approximately 540 calendar days. It is anticipated that the notice to proceed will be issued in October 2009, with an expected completion date of April 2011. The proposal receipt date is approximate; the actual date will be established at the time solicitation documents are available. Offers will be considered from all responsible and responsive offerors.A PRE-PROPOSAL CONFERENCE/SITE VISIT will be scheduled for all interested parties approximatley 7 to 10 calendar days after release of the solicitation documents with a time, date, and location to be announced in the solicitation, Section L, clause 52.236-27 Alt 1, Site Visit (Construction). Additional information will be provided in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011090072/listing.html)
 
Place of Performance
Address: Washington, DC<br />
Zip Code: 202429880<br />
 
Record
SN01853112-W 20090625/090623235538-0425d12a1883c182f265d1996b63dd7d (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.