SOLICITATION NOTICE
Z -- RECOVERY TAS::14 1041:: TAS ACAD PMIS# 147828/150791Building Renovation and Site Work, Acadia National Park, ACAD - 147828/150791
- Notice Date
- 2/8/2010
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division OTHER THAN US POSTAL SERVICENational Park Service, Denver Service Center12795 W. Alameda Parkway LAKEWOOD CO 80228
- ZIP Code
- 80228
- Solicitation Number
- N2051100036
- Archive Date
- 2/8/2011
- Point of Contact
- Tom Locke Contract Specialist 3039692059 tom_locke@nps.gov; LaDonna Collins Contract Specialist 3039692181 ladonna_collins@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
- RECOVERY TAS::14 1041::TAS ACAD PMIS# 147828/150791American Recovery and Reinvestment Act (ARRA) of 2009 Funded Project TITLE OF PROJECT: Schoodic Building Renovation and Site Work at Acadia National Park, Winter Harbor, Maine. SOLICITATION NUMBER: N2051100036. NAICS CODE: 236220, Size Standard $33.5 Million. GENERAL: The National Park Service, Department of Interior (DOI), is soliciting proposals for construction firms having the capability to perform the work described below. The solicitation will be issued electronically on the Department of Interior's National Business Center (NBC) web site, 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 NBC web site. Solicitation documents will be available in Microsoft Word, HTML, and/or Adobe PDF. Specifications will be available in Adobe PDF format; 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. The anticipated solicitation issue date will be on or about February 23, 2010. This procurement is offered as a Full and Open Competition, although the National Park Service encourages the participation of small business, disadvantaged, and woman-owned business enterprises. ONLINE REPRESENTATIONS AND CERTIFICATIONS (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 allowing him or her 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 must register in ORCA in responding to this solicitation. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors are required to have an active registration in CCR in order to conduct business with the Federal Government the website is located at www.bpn.gov/ccr. DESCRIPTION OF WORK: This work will include renovation of three former naval base buildings to class rooms and laboratories and site work. Work would include, interior and exterior building and building systems (IT, plumbing, electrical and HVAC) renovations. Also, included in this scope is the construction of the trail network on the campus. Site work will include but not be limited to site grading, utility work, parking lot construction, storm water device construction, signage, site lighting and landscape plantings (including revegetation). This work will be performed at the Schoodic Naval Base, which is a remote location on the north east coast of Maine. The contractor will have complete site access, although there will be portions of the campus open to the public at all times. As a result of the public being on the campus, there will be phasing of the building renovations and site work. All this work will be performed under a single contract. TYPE OF PROCUREMENT: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical (including past performance information) and a business & price proposal. LARGE BUSINESSES ARE BE REQUIRED TO SUBMIT A SUBCONTRACTING PLAN. The Government will consider an offeror's technical capability, past performance, and price to determine the best value (trade-off process) to the Government. MAGNITUDE OF PROJECT: Project magnitude range between $5,000,000 and $7,000,000. PERIOD OF PERFORMANCE: Time for completion will be approximately 395 calendar days. It is anticipated that the notice to proceed will be issued in May 2010, with an expected completion date of June 2011. SOLICITATION ISSUE DATE: On or about Tuesday February 23, 2010. (ANTICIPATED) PROPOSAL SUBMISSION DATE: The proposal submission due date is on or about Thursday March 25, 2010. Offers will be considered from all responsible and responsive offerors. All offerors are required to submit a Bid Bond (SF 24). GOVERNMENT POINTS OF CONTACT (the preferred method of communication is by email). Email Address Name Title Phone Number. Email: tom_locke@nps.gov (TOM LOCKE - Contract Specialist. (303) 969-2059).Email: ladonna_collins@nps.gov (LADONNA COLLINS - Contract Specialist (303) 969-2181).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2051100036/listing.html)
- Place of Performance
- Address: Winter Harbor, Maine
- Zip Code: 046090177
- Zip Code: 046090177
- Record
- SN02060118-W 20100210/100208234138-fc2dc57ff4c70ea054586e35eb0201f7 (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 |