Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

Z -- Replace Floor in Historic Barn

Notice Date
4/6/2010
 
Notice Type
Presolicitation
 
Contracting Office
PWR - PWRO Pacific West Regional Office-Seattle 909 First Avenue Seattle WA 98104
 
ZIP Code
98104
 
Solicitation Number
Q8190100007
 
Archive Date
4/6/2011
 
Point of Contact
Jara P. Woodard Purchasing Agent 2062204025 jara_woodard@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
Service-Disabled Veteran-Owned Small Business
 
Description
NOTICE: SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES ONLY.Project Name: Replace Floor in Historic Barn @ Eugene O'Neill NHS. This announcement is in reference to Solicitation Number Q8190100007. The US Department of the Interior, the National Park Service, Pacific West Regional Office is soliciting proposals from qualified Service Disabled Veteran Owned Small Business firms for a firm-fixed-price construction contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to: Removal and replacement of 2,000 square feet of existing resin pavement interior floor surface and 340 square feet of exterior resin pavement aprons, and the installation of 180 linear feet of concrete barrier/foundation under the existing walls around the perimeter of the Old Barn to exclude ground squirrels and stabilize the wood framed exterior walls. The North American Industry Classification System (NAICS) code for this requirement is 236220, and the small business size standard is $33.5 million. In accordance with FAR Subpart 36.204, the price range for this contract is between $25,000 and $100,000. This is a "Best Value" negotiated procurement: selection is based on Experience in Construction Trades Work, Experience in NaturalPAVE XL Resin Pavement Installation, and Cost/Price. To be considered technically qualified a firm must be a Service-Disabled Veteran-Owned Small Business in accordance with Federal Acquisition Regulations Subpart 19.14; and have a satisfactory past performance in removal and replacement of resin pavement flooring of similar flooring projects. A site visit will be scheduled for all interested and qualified parties with the time and date to be announced in the solicitation. The Solicitation and attachments will be posted electronically on or about April 20, 2010 at the following website: www.fedbizopps.gov. (See FEDBIZOPPS SEARCH, below). All Amendments will also be posted to this website. Responses will be due approximately 30 days following the date of posting of the solicitation unless extended. FEDBIZOPPS SEARCH: Search by referencing the solicitation number (Q8190100007), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy. The point of contact for this solicitation is Jara Woodard, Contracting Officert, National Park Service, PWRO, 909 First Avenue, Seattle, WA 98104. Email address is jara_woodard@nps.gov. All qualified Service Disabled Veteran-Owned sources may submit a quote, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Available files to download will be in one, or a combination of the following formats: HTML, Microsoft Word - 2007, Microsoft Excel - 2007, Portable Document Format (PDF), or AutoCAD DWG or DWF. Responses from Offerors will be accepted in hard copy format only, at the address of the point of contact stated earlier in this announcement. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving: Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or-rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. The Government reserves the right to cancel this announcement and or the solicitation. This announcement does not constitute the solicitation. End of Announcement.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8190100007/listing.html)
 
Place of Performance
Address: Eugene O'Neill NHS1000 Kuss RoadDanville, CA
Zip Code: 94526
 
Record
SN02113966-W 20100408/100406235133-63f9f73be307bae4d7a562ad1140222d (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.