Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOLICITATION NOTICE

Z -- Indefinite Delivery/IIndefinite Quantity (IDIQ) Construction Contract - Full and Open - Road Construction, Road Maintenance and Repair - Northeast Region

Notice Date
2/4/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2000100500
 
Archive Date
2/4/2011
 
Point of Contact
Eric R. Weisman Contract Specialist 3039692344 eric_weisman@nps.gov; Katherine H. Hoover Contracting Officer 3039692286 Katie_hoover@nps.gov; Victoria Nosal Contract Specialist 3039692203 victoria_nosal@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
GENERAL: The National Park Service (NPS), Department of the Interior (DOI), is soliciting proposals from construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of the 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 will be available in Adobe PDF format; and 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://ideasec.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.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 benefits not only the contractor, by the business to maintain an accurate and complete record, but also the Contracting Officer, as he or she 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 Central Contractor Registration (CCR) in order to conduct business with the Federal Government.SOLICITATION DATE: Approximately February 19, 2010.NAICS CODE: 237310PROJECT DESCRIPTION: This Indefinite Delivery/ Indefinite Quantity (IDIQ) Services Contract will consist of the general maintenance and rehabilitation of paved areas including numerous roads, parking lots, campgrounds, picnic grounds, sidewalk/trails and associated appurtenances. Work may be performed for the Department of Interior or Federal Highways Administration inMaine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, and Pennsylvania.The work of this contract consists primarily of, but is not limited to the following: Hot Mix Asphalt (HMA) concrete pavement, Superpave HMA, HMA by HVEEM or Marshall methods, open-graded friction course, cold recycled asphalt base course, asphalt surface treatment, slurry seal, asphalt prime coat, asphalt tack coat, asphalt pavement milling, asphalt pavement crack and joint sealing, and paving geotextiles.Earthwork, slope reinforcement and retaining walls, aggregate courses, asphalt pavements and surface treatments, rigid pavements, and incidental construction such as culverts and drains, minor structures, underdrain, curb and gutter, sidewalks, guardrail, permanent signs and pavement markings, work zone traffic control, related site furnishings (i.e. bus stop shelters, comfort stations, picnic benches, waysides, etc.),pedestrian trails, and multi-use trails. Work may include road construction operations that involve analysis of existing conditions, development of typical paving sections and paving mixes, any required permits, new asphalt, concrete, or gravel road or trail construction, crack sealing, chip seal, pavement milling, full and partial depth reconstruction of road base, culvert replacement, headwall and end wall installation or reconstruction which could involve historic stone masonry, curb replacement or resetting of curb - stone, concrete or asphalt, constructing accessible curb ramps, construction of sidewalk both asphalt and concrete, construction of paved waterways both asphalt and stone, placement of asphalt concrete over existing roads, conducting traffic control operations, installing pavement markings of various types and colors, placement of aggregate topsoil shoulders, compliance with regulations regarding NPDES permits and erosion control (SWPPP), seeding, installing signs, installing wheel stops, relocation of existing utilities, raising or lowering of manholes, adjusting invert of catch basins/grates, guardrail installation, guardwall repair and/or installation, utility repair and / or replacement, bridge repair and /or replacement, and tree trimming and /or removal. In some cases, recommendations for pavement treatments may have been developed. Work may include validating those recommendations and submitting alternate design recommendations when characteristics of materials, project conditions, weather, test resultsor other circumstances warrant adjustments. Note that this contract is a construction contract that may have incidental Brooks Architect/Engineer (A/E) Services requirements. The majority of the work is anticipated to fall under the requirements of the Davis-Bacon Act.All pricing in this IDIQ RFP shall be in accordance with the Davis-Bacon Act. If the services of licensed Architects and Engineers are required for a specific project, it will be identified as such in specific task orders. In such cases, the Brooks Act A/E will be required to be registered in the States of Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, and Pennsylvania as defined in the scope of services for that project and prices for that work will be negotiated post task order competition in accordance with Brooks Act. Brooks Act A/E requirements identified in task orders shall be performed in accordance with the Denver Service Center (DSC) Workflow Website TITLE OF PROJECT: Northeast Region Road IDIQ Full and Open Road Construction, Road Maintenance and RepairTYPE OF PROCUREMENT: Indefinite Delivery Indefinite Quantity (IDIQ) - All services will be provided under an IDIQ contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $50,000,000.00 for the life of the contract. Each task order will not exceed $30,000,000.00. The $50,000,000.00 maximum may be realized in a single year or spread out over the life of the contract including all options years. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. The NPS intends to award multiple IDIQ contracts and compete task orders among the multiple award IDIQ contractors.ESTIMATED PERIOD OF PERFORMANCE: All work shall be completed in accordance with specific schedules and requirements outlined in the individual task orders issued under this IDIQ.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 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 2009 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 19.5%; Small Disadvantage 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%.DESCRIPTIONConcerns - 3%; Service-Disabled Veteran Owned Business Concerns - 3%; 8(a) Concerns - 2.5%.Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search).End of Announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2000100500/listing.html)
 
Place of Performance
Address: Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, and Pennsylvania
Zip Code: 80228
 
Record
SN02058689-W 20100206/100205000233-649ad56661df43b01311c7e8135cd22e (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.