Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

Z -- Renovation of 2 historic structures located at Herbert Hoover National Historic Site.

Notice Date
6/26/2009
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
N6470090003
 
Response Due
7/13/2009
 
Archive Date
6/26/2010
 
Point of Contact
George M Sievers Contract Specialist 4026611680 george_sievers@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
On or about 13 July 2009, the National Park Service (NPS), Midwest Regional Office Major Acquisition Buying Office (MWRO - MABO), intends to issue a Request for Proposal (RFP) to award a single, firm-fixed price contract for the Renovation of two historical structures located at Herbert Hoover National Historic Site, West Branch, IA. The solicitation closing date will be on or about 07 August, 2009. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. A Site Visit will be scheduled after the solicitation is issued. The official solicitation will be available free of charge by electronic posting only and may be found at www.fedbizopps.gov or http://ideasec.nbc.gov. PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED. Amendments, if/when issued, will be posted to www.fedbizopps.gov and http://ideasec.nbc.gov for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. In accordance with FAR 19.10 and agency supplements, this project will utilize full and open competition procedures pursuant to the Small Business Competitiveness Demonstration Program. The North American Industry Classification System code for this project will be 236118 with a size standard of $33.5 M. IAW agency procedure; this requirement will be subject to the Davis Bacon Act. Scope of Work The scope of work will include: Installing new foundation drainage system, including excavation and backfill work, regrading after below-grade work is complete and regrading landscape to establish proper drainage. Work also includes removal and replacement of concrete window wells, sidewalks, porch posts, decking, deteriorated exterior wood trim members, storm windows, and HVAC system. Additionally, the Contractor will be required to paint exterior walls, soffits, doors, windows, trim, and install basement sump pump and fire suppression system. IAW FAR 36.204, the estimated magnitude of the project is between $250,000 and $500,000. The anticipated period of performance is 180 calendar days after receipt of the Notice to Proceed. Bonds will be required as follows: Bid Guarantee - 20% of the contract price. Payment and Performance bonds - 100% of the contract price. The Contractor will be competitively chosen using a Best Value Source Selection procedures(Technical, Past Performance, and Price as evaluation factors). All factors, other than price, when combined are significantly more important than price. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. REGISTRATIONS: Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. In order to receive any contract award, a vendor must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). To register a firm in the CCR system, visit http://www.ccr.gov/. To register a firm in the ORCA system, visit http://www.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6470090003/listing.html)
 
Place of Performance
Address: Herbert Hoover National Historic Site, West Branch, IA<br />
Zip Code: 52358<br />
 
Record
SN01858494-W 20090628/090627000910-f24c299ebb09b4b6aab8d418593c842b (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.