SOLICITATION NOTICE
P -- Removal of Sunken Ferry, Associated Ferry Dock Structure and Additional Dredging at Statue of Liberty National Monument, at Ellis Island.STLI-127761
- Notice Date
- 8/3/2009
- Notice Type
- Presolicitation
- Contracting Office
- IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- N2011091641
- Archive Date
- 8/3/2010
- Point of Contact
- Katherine H. Hoover Contracting Officer 3039692286 Katie_hoover@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
- General:The National Park Service, Department of Interior, is soliciting proposals for firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at 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 at the National Business Center. 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 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://ideasec.nbc.gov site for all information relevant to this solicitation. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has a Interested Vendors List and a Watchlist that you can add your company's interest. Plan holders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all amendments and attachments are available only at the National Business Center's website. 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 CCR (www.ccr.gov) in order to conduct business with the Federal Government. NAICS Code: 488330, Size Standard $7 million Title of Project: Removal of the Ellis Island Ferry and Associated Docking Structure and Dredging of the Ferry SlipDescription: The work of this contract consists of the removal of the Ellis Island ferry, the associated docking structure, and subsequent dredging from and within a portion of the ferry slip at the site. The entire operation will be overseen by profession archeological divers who will provide oversight and documentation of the recovery operations. Type of Procurement: A negotiated firm-fixed price service contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability and past performance in comparison to its price to determine the best value (trade-off process) to the government. Estimated price range, $1,000,000 to $2,000,000. Pre-proposal Conference/Site Visit is TENTATIVELY scheduled for mid-August, 2009. Specific date will be listed in the Solicitation to follow. 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 Fiscal Year 2007 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 19%; Small Disadvantaged Business Concerns - 3%; Small Women-Owned Business Concerns - 5%; HUBZone Small Business Concerns - 3%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 2.5%.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011091641/listing.html)
- Place of Performance
- Address: Ellis Island, New York, New York<br />
- Zip Code: 10004<br />
- Zip Code: 10004<br />
- Record
- SN01896847-W 20090805/090803235325-4258ce3d9f298def2a46aca9a880d364 (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 |