Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Z -- Statue of Liberty National MonumentCreate the Peopling of America Center at Ellis IslandPMIS # STLI 109836B

Notice Date
7/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011100168
 
Archive Date
7/14/2011
 
Point of Contact
Marian E. Gordon Contract Specialist 3039692158 marian_gordon@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
The solicitation will be available at http://ideasec.nbc.gov on or about July 30, 2010. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Description: "Create the Peopling of America Center at Ellis Island" Statue of Liberty National Monument, New York County, New York and Hudson County, New Jersey, Solicitation Number N2011100168. The National Park Service requires 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 improving the existing New Immigration Building (NIB) at Ellis Island including the rehabilitation of the existing structure to accommodate park management, interpretation, planning, administration, and other offices. The work of this contract consists of the selective demolition of existing roofing, roofing accessories, roof drains, sheet metal wall coping and flashing, windows, doors, finish hardware, and the removal and protection of existing utilities. Selective interior demolition includes existing partial walls, building systems, interior doors, millwork, architectural finishes, and plumbing fixtures. The work also consists of the repair and rehabilitation of the existing structure. New exterior work includes roofing, roofing accessories, sheet metal flashing, roof drains, masonry repair and restoration, windows, entry doors, finish hardware, and the reconnection of existing utilities. New interior work includes accessibility improvements, building code upgrades, mechanical, electrical, HVAC, plumbing, fire sprinkling and alarms, insulation, and architectural finishes. Finish work includes plastering, gypsum board, tile, millwork, casework, flooring, and painting. The work will be completed in and around historic and culturally sensitive buildings. The project will be adjacent to public use areas and be highly visible. Coordination with park personnel as well as other contractors working on adjacent projects will be required. The work also includes the surveying of existing conditions and the preparation of record drawings to be approved prior to demolition. The NAICS code for this project is 236220 and the small business size standard is $33.5 million. This procurement is a Request for Proposals (RFP) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 15, Contracting by Negotiation. Project work will be constructed from approximately October 2010 to May 2011. Responses will be due approximately 30 days following issuance of solicitation. Search by referencing the solicitation number (above), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted. The Contracting Officer for this solicitation is Janet F. Morris, National Park Service, 12795 West Alameda Parkway, Lakewood, Co. 80228. The point of contact is Marian Gordon, Contract Specialist, at the same address. Ms. Gordon may be reached by phone at 303-969-2158 or Email at marian_gordon@nps.gov. All responsible sources may submit a proposal, which if submitted in a timely manner, will be considered in accordance with the solicitation's evaluation factors. 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 - 97, Microsoft Excel - 97, Portable Document Format (PDF), or AutoCAD DWG or DWF. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com, or for the AutoCAD reader called "Volo View Express" at http://www.autodesk.com. Responses from offerors will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011100168/listing.html)
 
Place of Performance
Address: Statue of Liberty National Monument, New York County, New York, Hudson County, New Jersey
Zip Code: 100041467
 
Record
SN02205427-W 20100716/100714234859-46b97d41a1d5e551ec310f0d0a8216f0 (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.