Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

N -- FURNISH AND INSTALL BUOYS AT DRY TORTUGAS NATIONAL PARK

Notice Date
7/8/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, SER - Gulf Islands National Seashore Contracting Office1801 Gulf Breeze Parkway Gulf Breeze FL 32563
 
ZIP Code
32563
 
Solicitation Number
I5292090020
 
Response Due
8/12/2009
 
Archive Date
7/8/2010
 
Point of Contact
Andre Ward Contract Specialist 8509342614 Andre_Ward@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
PRESOLICITATION NOTICE: The National Park Service intends to solicit competitive bids for a construction contract to furnish and install 48 Buoys at Dry Tortugas National Park (DRTO). PROJECT OBJECTIVE: The purpose of this project is to install a total of 48 buoys at Dry Tortugas National Park. The Buoys will be anchored in waters ranging from approximately 5 feet to 100 feet of depth. This work includes buoys of the following types and sizes:16 - Yellow 32 ball buoys with reflective tape and lettering.3 - TYPE 4CFR buoys 53 inches high with Carmanah Lantern - model 601 (2 mile light) and radar reflective tape21 - Ocean Spar buoys 8 X 4feet above water with internal ballast numbering and keep out symbol.8 - Mooring ball buoys 24 inches with reflective stripe and lettering. SCOPE: The scope calls for a TURNKEY complete installation of buoy and anchor(s) system(s) appropriate for the substrate and purpose. The work includes, but not limited to: 1.) Site Assessment (anchor substrate evaluation by divers); 2.) Procurement of Equipment (buoys, anchor system, and related hardware); 3.) Installation of Mooring Anchors (Manta, U-bolt and T-bar pins); and 4.) Buoy Assembly, Deployment & Testing. All labor, materials, equipment, and incidentals necessary to complete the work in accordance with the plans and specifications shall be Contractor-furnished, unless otherwise stated in the bid documents. Contract duration is 270 calendar days from issuance of Notice To Proceed. This period of performance assumes a 30 day work schedule to complete the installation, but may not run continuously due to seasonal weather conditions. All work must be completed prior to the 14 June 2010 expiration of the USCG permit authorizing this work. The estimated construction cost range is between $100,000.00 and $250,000.00. OTHER CONSIDERATIONS: Prior EXPERIENCE with executing similar buoy installation in a National Park or National Marine Sanctuary is required. Experience in other sensitive marine environments may be considered. The installation crew MUST at a minimum must have a boat captain, a dive master on the boat and two divers. Divers will NOT be allowed to dive alone. BID DOCUMENTS: The solicitation package will be published on or about July 22, 2009 and available for public viewing at no charge through the Government Point of Entry via the Internet at the FedBizOpps web site http://www.fbo.gov. PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED. The solicitation package may be access directly from the Department of the Interior National Business Center Electronic Commerce web site at http;//ideasec.nbc.gov. Click on Business Opportunities for all procurement actions or enter the solicitation number in the quick search box to find a specific document. From the solicitation page, select "Printer-Friendly Page" link to access the SF-1442 Solicitation Offer and Award form and the "Clauses and Attachment" link to view project specifications, wage determination and associated documents. The exact date and time for receipt of bids shall be set forth in the solicitation. COMPETITION AND SOCIOECONOMIC PROGRAMS: This procurement will be conducted pursuant to FAR Subpart 6.1Full and Open Competition. This proposed acquisition is conducted pursuant to FAR Subpart 19.10Small Business Competitiveness Demonstration Program. The applicable North American Industry Classification System (NAICS) code is 237990, and the Small Business size standard is $33,500,000. This is a public works project subject to FAR Subpart 22.4Labor Standards for Contracts Involving Construction. A wage determination will be made part of the solicitation package. CONTRACTING METHODS AND CONTRACT TYPES: A competitive bidding process will be conducted pursuant to FAR PART 14SEALED BIDDING and FAR PART 36CONSTRUCTION CONTRACTS. A firm-fixed-price (FFP) contract is anticipated pursuant to FAR PART 16TYPES OF CONTRACTS. To preserve the integrity of the competitive bid system, promptly after bids have been opened, a contract award will be made to the responsive, responsible lowest bidder meeting the standards of FAR PART 9CONTRACTOR QUALIFICATIONS and the special standards cited in the solicitation, unless a compelling reason exist to reject all bids and cancel the invitation. GENERAL CONTRACTING REQUIREMENTS: Bonds and Insurance will be required pursuant to FAR PART 28BONDS AND INSURANCE. Progress payments based on a percentage or stage of completion will be made available as prescribed by FAR PART 32CONTRACT FINANCING. ADMINISTRATIVE MATTERS: Pursuant to FAR Subpart 4.11Central Contractor Registration (CCR), prospective contractors shall be registered in the CCR database prior to award of a contract. Registration may be conducted via the Internet at http://www.ccr.gov or by calling toll-free: 1-888-227-2423. Prospective contractors shall also complete the electronic annual representations and certifications at http://orca.bpn.gov pursuant to FAR Subpart 4.12Representations and Certifications. POINTS OF CONTACT: All inquiries regarding this procurement must be in writing. Questions shall be submitted to the Contracting Officer and designated representative NLT 10 days prior to bid closing date. Correspondence by email preferred: Email: Andre_Ward@nps.gov and cc Dave_Walton@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/I5292090020/listing.html)
 
Place of Performance
Address: Gulf of Mexico, Monroe County, Florida, USA<br />
Zip Code: Dry Tortugas is an ecological preserve located approximately 70 miles west of Key West, and is accessible only by private or charter boats or seaplanes.<br />
 
Record
SN01868216-W 20090710/090708235349-81b52d4ebd80bf5006a85c67204f4275 (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.