Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Y -- Langdon Beach Facility (Pavilion/Restroom/Office/Picnic Shelter) Reconstruction

Notice Date
3/12/2010
 
Notice Type
Presolicitation
 
Contracting Office
SER - Gulf Islands National Seashore Contracting Office1801 Gulf Breeze Parkway Gulf Breeze FL 32563
 
ZIP Code
32563
 
Solicitation Number
I5327100028
 
Response Due
4/28/2010
 
Archive Date
3/12/2011
 
Point of Contact
E. Andre Ward Contract Specialist 8509342614 andre_ward@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
HUBZone
 
Description
On or about March 29, 2010, the National Park Service (NPS) intends to issue an Invitation For Bid (IFB) under Solicitation Number: Q5327100030 for the proposed single, firm-fixed price contract for the reconstruction of Langdon Beach and Little Langdon Recreational Facilites at Gulf Islands National Seashore located on Santa Rosa Island along the northern Gulf Coast in Northwest Florida. The NPS seeks qualified construction engineering firms for a projects involving open space improvement. All contractors performing work on this project shall upon request produce a state certificate or registration in the respective trade category as required by law, regulations or local ordinance. This acquisition is set-aside for Historically Underutilized Business Zone (HUBZone) small business concerns. Status as a qualified HUBZone small business concern is determined by the Small Business Administration (SBA) in accordance with 13 CFR Part 126. If the SBA determines that a concern is a qualified HUBZone small business concern, it will issue a certification to that effect and will add the concern to the List of Qualified HUBZone Small Business Concerns on its Internet website at http://www.sba.gov/hubzone. Competition is restricted to firms on the list is eligible for HUBZone program preferences without regard to the place of performance. NAICS code: 237990 Other Heavy and Civil Engineering Construction. Small Business Size Standard: $33.5 million average annual receipts. How to calculate average annual receipts and average employment of a firm can be found in 13 CFR 121.104 and 13 CFR 121.106, respectively. A size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. For more information on these size standards, please visit http://www.sba.gov/size. The scope of work consists of providing all labor, material (unless otherwise noted), equipment and supervision necessary for the reconstruction of the Langdon Beach Pavilion; Comfort Station/Office; Deck; and Little Langdon Picnic Shelter in accordance with plans, specifications, and Manufacture Instructions. The work includes, but not limited to, on-site construction of the following recreational facilities to meet all federal, state, and local building codes: 1. 40' x 56' structure, elevated on piles, of post/beam/joist/deck on 8' cell with a truss hip roof; 2. 24' x 16' restroom, ADA compliant, with plumbing fixtures, accessories, and associated water/sewer connections; 3. 5' x 16' Closet and 11' x 16' Office with exposed fastener metal roof of 1.5/24 pitch design; 4. 24' x 40' Deck of post, beam and joist system with two (2) shower towers and 3' x 70' ADA compliant ramps; and 5. 30' x 50' Picnic Shelter (Mfg: EnWood Structures, Model: Raleigh II; Government-furnished). Assembly required. This public works project is subject to Davis Bacon and Related Acts; submission of certified payrolls and basic records shall be required. Pursuant to FAR 28.101, a separate bid guarantee in the proper form (SF-24) and amount (100% of the bid price) will be required. Also, the Miller Act (40 U.S.C. 3131 et seq.) requires performance and payment bonds for any construction contract exceeding $100,000; the penal amount of performance and payment bonds must equal(i) 100 percent of the original contract price; and(ii) If the contract price increases, an additional amount equal to 100 percent of the increase. The magnitude of the project is estimated between $250,000 and $500,000. Completion time for this project is Ninety (90) calendar days from receipt of Notice to Proceed. NOTE: Active bird nesting in the construction area may delay issuance of NTP until November 2010 after hurricane season. The official solicitation will be made available to the public free of charge by electronic posting only. Any prospective bidder or plan holder may access bid documents online via Internet address www.fedbizopps.gov or http://ideasec.nbc.gov. PAPER COPIES OF THE SOLICITATION WILL NOT BE ISSUED. Amendments, if issued, will also be posted to the IDEAS-EC system and the responsibility for checking IDEAS-EC periodically for issuance of amendments to the solicitation shall rest solely with the bidder or offeror. This proposed acquisition will be conducted IAW PART 14SEALED BIDDING and PART 36.CONSTRUCTION AND ARCHITECT-ENGINEER CONTRACTS procedures. Any subsequent award made will be pursuant to the Small Business Competitiveness Demonstration Program (Public Law 100-656). Pursuant to Department of Interior Acquisition Policy Release (DIAPR) 2009-03, the bureau encourages the use of HUBZone set-aside as an exception to full and open competition. REGISTRATIONS: Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) is required. To register in the CCR system, visit http://www.ccr.gov/. To access the ORCA system, visit https://orca.bpn.gov/. RFQ.s can be electronically quoted by vendors on this web site http://ideasec.nbc.gov/ by signing in using a DUNS number and MPIN. The Data Universal Numbering System (DUNS) number and Marketing Partner ID (MPIN) can be obtained from your CCR point of contact. Questions in regard to this notice submitted in writing 7-calendar days before bid closing will receive a proper response. Corresondence shall be addressed to the Contracting Officer. Submission by eMail preferred: andre_ward@nps.gov. The Government reserves the right to cancel this proposed solicitation at any time prior to award. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/I5327100028/listing.html)
 
Place of Performance
Address: Gulf Islands National SeashoreFlordia District, Fort Pickens Area1400 Fort Pickens RoadPensacola Beach, Escambia County, Florida
Zip Code: 325615116
 
Record
SN02090659-W 20100314/100312235049-314261b8bcf3431de6f1f843833881a8 (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.