Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

Z -- Gateway National Recreation Area, Requirement for Rehabilitation of Tennis Courts, Jamaica Bay Unit, Frank Charles Park, Queens, NY 11234

Notice Date
7/19/2010
 
Notice Type
Presolicitation
 
Contracting Office
NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
 
ZIP Code
10305
 
Solicitation Number
N1770108816
 
Response Due
9/2/2010
 
Archive Date
7/19/2011
 
Point of Contact
Cheryl Adamski Contract Specialist 7183544722 Cheryl_Adamski@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
Total Small Business
 
Description
SOLICITATION NUMBER: N1770108816National Park Service Jamaica Bay UnitFrank Charles Park, Howard Beach Queens, NY 11234POINT OF CONTACT: cheryl_adamski@nps.gov Phone Number: 718-354-4722 This solicitation is being issued as a small business set-aside. The North American Industry Classification System (NAICS) code for this project is 238990, All Other Specialty Trade Contractors, with a business size standard of $14.0M. This is a Construction Buy, pursuant to Federal Acquisition Regulations Part 36. SCOPE OF WORK INCLUDES: It is the intention under the terms and conditions of this construction purchase to provide all tools, labor, equipment, supervision, transportation and materials necessary to repair, resurface, and re-stripe five (5) tennis courts located at Frank Charles Park, Howard Beach, Queens, NY. Additionally, the contractor shall provide and install new tennis court nets for each of the five courts and the new wind screen fabric attached to the existing fencing around the perimeter. Contractor will be required to: (1) verify all dimension prior to submitting a proposal, coordinate with COTR to ensure all personal property is removed prior to commencement of work, (2) clean out six existing drainage inlets located in the existing tennis courts, (3) remove the existing tennis nets prior to performing paint striping and surface preparation and provide them to the Government, (4) demolition and surface preparation shall consist of stripping all painted stripes and surfaces from existing asphalt, routing out all cracks in existing asphalt surfaces, clean with compressed air, and a heat lance, (5) remove sections of fencing as necessary, (6) resurface tennis courts with application of an asphalt sealant and paint with two coats of acrylic-based tennis court paint, (7) install approximately 720 linear feet of new tennis court windscreen fabric around perimeter, (8) restore site and staging area as required, (9) perform all work in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties, local codes (including wind load) and NPS policy. The goal of this project will be to fully restore the tennis courts to full working order. PLEASE NOTE: The Contractor shall note the historical significance of the site upon which work shall be performed. It shall be the Contractor's responsibility to furnish personnel whom can execute first-class workmanship in the materials and methods specified, and who will take any necessary precautions to protect any and all elements of this historic site. Contractors are strongly encouraged to familiarize themselves with the Secretary of the Interior's Standards for the Treatment of Historic Properties with Guidelines for Preserving, Restoring, Rehabilitating, and Reconstructing Historic Buildings: http://www2.crnps.gov/tps/standards/index.htm, http://www2.cr nps.gov/tps/secstan1.htm. In accordance with FAR 5.102, availability of the solicitation will be limited to electronic medium. The solicitation will NOT be directly provided in a paper hard copy format or CD ROM. In accordance with FAR 5.102(a)(7), the availability of the solicitation will be limited to the Internet. When the solicitation is issued, the address for downloading the solicitation from the Internet is as follows: http://ideasec.nbc.gov. Downloading from the Internet is free of charge. Hard copies (paper sets) of the solicitation will not be provided by the Government. Notification of any change to this solicitation (amendments) shall be made only on the Internet. Therefore, it is the contractor's responsibility to check the Internet site for any posted changes to the solicitation, plans and specifications. The Request for Proposal package will be issued on Tuesday, August 3, 2010 and the date for receipt of proposals is 10:00 AM EST on September 2, 2010 at NPNHContracting_BidProposal@nps.gov to the attention of Cheryl Adamski. The estimated cost for this procurement is between $25,000 and $100,000. Questions about the solicitation must be submitted in writing via email: cheryl_adamski@nps.gov. The point of contact for this project is Cheryl Adamski at 718-354-4722 or cheryl_adamski@nps.gov. Per the Debt Collection Improvement Act of 1996, all contractors are required to register in the Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of contracts. Contractors must be registered in the Central Contractor Registration system in order to receive contract award. As a security precaution, vendors must register themselves through the on-line CCR system. Instructions are contained on the website for downloading solicitation and attachments. TELEPHONE OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED. Award will be made to the responsive responsible contractor based on technical proposal and price. Contractor awarded this contract will need to be listed on the Central Contractor Registration website at www.ccr.gov and have a current active registration. All information will be posted in the solicitation. A pre-proposal conference will be scheduled. The Period of Performance for this project is 60 calendar days from date of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1770108816/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area, Jamaica Bay Unit, Frank Charles Park, Queens, NY 11234
Zip Code: 11234
 
Record
SN02209961-W 20100721/100719234444-2f3c85a796343359b2658b62c3824104 (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.