SOLICITATION NOTICE
Y -- Yosemite National ParkIntegrated Utility Project - Phase 2B
- Notice Date
- 5/14/2010
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N8826100024
- Response Due
- 6/28/2010
- Archive Date
- 5/14/2011
- Point of Contact
- Roger F. Orban Contract Specialist 3039692137 Roger_Orban@contractor.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
- "General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of 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 and drawings will be available in Adobe 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. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has a Interested Vendors List and a Watchlist that you can add your company's interest. Plan holders 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 amendments and attachments are available only at the National Business Center's website."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 not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they 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 CCR (www.ccr.gov) in order to conduct business with the Federal Government. "Proposed Issue Date: On or about May 28, 2010."Title of Project: Integrated Utility Project - Phase 2B."Description: The work of this contract consists of Installation of underground utilities in the North Pines and Ampthitheater utility corridors (from the west end of the North Pines Campground then following Southside Drive to Happy Isles Drive intersection) will include the following: one lift station and related appurtenances at the North Pines Campground, water line and a 12 KV duct bank with cabling from the Lower Pines Campground to the North Pines Campground, gravity sewer line from the west end of North Pines Campground to the new lift station, sewer force main from the new lift station to Manhole F17 and gravity sewer main from Manhole F17 to the intersection of Southside Drive and Happy Isles Drive, normal and emergency power and communication duct banks, installation of 12 KV cabling and transformers for normal and standby power, installation of communication cabling, addition and modifications to the existing SCADA system, and Park furnished vault toilets at Backpackers Campground. This project also includes the demolition and removal of the existing North Pines lift station from the bank of the Merced River (a wild and scenic riverway) and the existing comfort station from the Backpackers Campground, and abandonment of water, sewer and electric lines, remainder of the N sewer line from Ahwahnee Hotel to existing North Pines Lift Station and four under-river utility crossings. This project will install approximately 650 linear feet (lf) of 6-inch ductile iron water main, 2,400 lf of PVC gravity sewer mains, 900 lf of sewer force main, 1 sewer lift station with SCADA monitoring system, 4,500 lf of electrical and communication duct banks, 3 vault toilets (Park furnished), and replace 4,000 square yards of asphalt paving. This project will also dig and remove approximately 3,200 lf of sewer lines with 10 manholes, 850 lf of water lines, and 1,050 lf of buried electric lines with transformers and handholes. This dig and remove work includes 4 utility crossings under an active river channel. Approximately 400 lf of 2,400 volt overhead power lines will be removed and replaced with 12 KV lines and removal of 200 feet of water line suspended from Clark's Bridge. Demolition and removal of 1 lift station and 1 comfort station. "Type of Procurement: 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 in comparison to its price. Award will be made to the offeror whose proposal provides the best value to the government."Metric Notice: This project has been prepared in metric. All drawings and specification dimensions are given in SI units unless otherwise noted. Metric dimensions given are in general soft conversions of the equivalent English dimension."Estimated price range, $ 1 Million to $ 5 Million. NAICS Code: 237110"Time for completion, 515 calendar days. " Pre-Bid Site Visit on or about June 9, 2010."Proposal receipt date is approximate; actual date will be established at the time proposal documents are available."All responsible certified HUBZone Firms may submit an offer that will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8826100024/listing.html)
- Place of Performance
- Address: Mariposa County, California
- Zip Code: 953890577
- Zip Code: 953890577
- Record
- SN02149739-W 20100516/100514234603-2f8d6137c2042a51dd3856862a68244d (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 |