SOLICITATION NOTICE
Y -- Replacement of Walkways and incidental construction to included concrete and pervious concrete work.
- Notice Date
- 11/5/2009
- Notice Type
- Presolicitation
- Contracting Office
- MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
- ZIP Code
- 68102
- Solicitation Number
- N6470090029A
- Response Due
- 1/6/2010
- Archive Date
- 11/5/2010
- Point of Contact
- George M Sievers Contract Specialist 4026611680 george_sievers@nps.gov;
- 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 23 November 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 work to include "Replace Concrete and Pervious Concrete Walkways" located at Herbert Hoover National Historic Site, West Branch, IA. The solicitation closing date will be on or about 06 January 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, when posted, 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 238990 with a size standard of $14 M. IAW agency procedure; this requirement will be subject to the Davis Bacon Act and will included FAR clause 52.219-4. Scope of Work The scope of work will include: Furnish all labor, equipment and material to perform site demolition, removal of one tree and miscellaneous small stumps, grading, aggregate base layer and sump construction, standard and pervious concrete pavement construction, seeding, sodding and incidental construction. Actual drawings and specifications will be provided with the solicitation when issued. IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000. The anticipated period of performance is 60 calendar days after receipt of the Notice to Proceed. Additionally, it is estimated that the performance period will not commence until approximately mid-March. Actual dates will be listed in the solicitation when issued. Bonds will be required as follows: Bid Guarantee - 20% of the contract price. Payment and Performance bonds - 100% of the contract price. THIS WILL NOT BE A SEAL BID OR LOW BID PROCUREMENT. A modified source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). This process will use factors such as technical, price, and past performance. The past performance factor shall be the most important. Additionally, past performance will be significantly more important than all other factors combined, to included cost/price. Failure to submit all requested information in the solicitation may result in the entire proposal being disqualified from further competition. 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/N6470090029A/listing.html)
- Place of Performance
- Address: Herbert Hoover National Historic Site, West Branch, IA
- Zip Code: 52358
- Zip Code: 52358
- Record
- SN01998735-W 20091107/091105235453-f2abfd9a382ae3cbbb2eb34fae91fc20 (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 |