Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2010 FBO #3003
SOLICITATION NOTICE

Z -- RECOVERY Reconstruct and Stabilize Big Slackwater Historic Stone Wall and Towpath at Chesapeake and Ohio Canal National Historical Park

Notice Date
2/11/2010
 
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
N2011100172
 
Archive Date
2/11/2011
 
Point of Contact
Eric R. Weisman Contract Specialist 3039692344 eric_weisman@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
TAS::14 1041::TAS RECOVERY CHOH PMIS # 149742 Reconstruct and Stabilize Big Slackwater Historic Stone Wall and Towpath This Project is an American Recovery and Reinvestment Act (ARRA) action. Receipt of award is contingent upon the offeror's meeting the requirements of Section 1512 (reports of use of funds) of the Recovery Act. General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described as follows: Reconstruct and Stabilize Big Slackwater Historic Stone Wall and Towpath at the Chesapeake and Ohio Canal National Historical Park near Williamsport, Maryland. Solicitation Number N2011100172. PMIS Number CHOH 149742. The offeror selected shall furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of this project. Description: The towpath was constructed on fill sections behind a masonry retaining wall or on an intermittent rock ledge at the base of a steep bluff. The historic stone masonry retaining wall that supports the towpath has been badly damaged by repeated floods and has not been repaired adequately since the canal ceased operations in 1924. Reconstruction will reestablish the towpath along a 4000-ft stretch of historic walls. An elevated walkway will be constructed along portions of the towpath adjacent to the rock bluffs. In other areas, the historic wall will be stabilized and the towpath reconstructed. This project will require working from barges in the river and land-based staging areas. Work will be undertaken in segments to facilitate construction. Some of the work will require barge-mounted cranes to move material and place construction components including pre-cast concrete deck slabs on cast-in-place concrete piers. The river's depth at the towpath wall varies from 3 to 18 feet depending on seasonal fluctuations in the river's level. Type of Acquisition: A negotiated, firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability, subcontracting plan, past performance, and price to determine the best value (trade-off process) to the government. The NAICS code for this project is 237310 and the small business size standard is $33.5 million. In accordance with FAR Subpart 36.204, the estimated price range for this contract is between $9,000,000 and $15,000,000. The contract duration is 500 calendar days following the notice to proceed. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov on or about March 1, 2010. Search by referencing the solicitation number (N2011100172) and/or by the agency (National Park Service). PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Proposal documents will be available for download in one or a combination of, the following formats: Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Free downloads of Adobe "reader" software are available at www.adobe.com. Vendor's wishing to receive electronic notification of changes made to this solicitation will need to register on the NBC web site 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. Both the NBC and the Federal Business Opportunities (FBO) (www.fbo.gov) web sites maintain separate Interested Vendors List/Bidders Mailing List's. Vendors can add their information to these lists through each of the websites. Potential offeror's 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 solicitation documents, amendments, and associated attachments are available only from the NBC website. Online Representations and Certifications Application (ORCA) is an on-line system that is located on the Internet at https://orca.bpn.gov. 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 records, including archives, by the click of a mouse. The ORCA site can be found by going to https://orca.bpn.gov. If you do not have access to the internet or feel you need internet assistance, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at www.dla.mil/db/procurem.htm. You are strongly encouraged to register in ORCA in responding to this solicitation. Businesses are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the federal government. 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 (http://web.sba.gov/subnet), and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search (http://dsbs.sba.gov/dsbs) 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, HUB zone small, small disadvantaged, women-owned, veteran-owned small business subcontracting plan with their proposal. The NPS subcontracting goals for fiscal year 2010 for the participation of small businesses, at a minimum, are as follows: Small Business Concerns - 19.5%; Small Disadvantaged Business Concerns - 3%; Small Women-Owned Business Concerns - 5%; HUB Zone Small Business Concerns - 3%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Small Business Concerns - 3%; 8(a) concerns - 2.5%. Small Disadvantaged Business & HUB Zone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) and 52.219-9 -- Small Business Subcontracting Plan (Jul 2005). Status of firms can be found on CCR's Dynamic SB Search. It is anticipated that a pre-proposal site visit will be scheduled soon after the solicitation is issued. Specific details regarding this meeting will be provided in the solicitation,once posted. The point of contact for this solicitation is Eric Weisman, Contract Specialist, National Park Service, Denver Service Center - Contract Services, P.O. Box 25287, Denver, Colorado 80225-0287; email - eric_weisman@nps.gov, phone - (303)969-2344. Responses will be due approximately 30 days following the issuance of the solicitation, once posted. Facsimile or electronic submissions of proposals will NOT be accepted. This pre-solicitation announcement does not constitute a solicitation. End of announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011100172/listing.html)
 
Place of Performance
Address: Chesapeake and Ohio Canal NHP, Hagerstown, MD
Zip Code: 21740
 
Record
SN02063400-W 20100213/100211234720-d96ef1035587481927704495a0d00d3d (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.