Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2011 FBO #3402
SOLICITATION NOTICE

Z -- Construction Services, Reconstruct Turf and Soil on the National Mall, National Mall and Memorial Parks, Washington, DC. See description field for further information.

Notice Date
3/17/2011
 
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
N2011110093
 
Archive Date
3/16/2012
 
Point of Contact
Margaret Lemke Contracting Officer 3039692039 margaret_lemke@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
N2011110093NAMA PMIS# 151515 Synopsis: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. The solicitation will be issued electronically on the Department of Interior's National Business Center (NBC) web site, http://ideassec.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 NBC web site. Proposal documents will be available in Microsoft Word, HTML, and/or Adobe PDF. Specifications will be available in Adobe PDF format; drawings will be available in PDF format. Offerors wishing to receive electronic notification for 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. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Proposed solicitation issue date is on/or about April 11, 2011, dependent upon a Continuing Resolution or funds appropriation for fiscal year 2011 which approve funding for the project. Procurement is being conducted under full and open competitve procedures. NAICS code: 237110 Water and Sewer Line and Related Structures Construction Size Standard: $10 - $15 Million. This contract is anticipated to be the first contract for a multi-phase effort to rehabilitate the turf and soil of the National Mall. Each phase of this project will be completed under separate stand-alone contracts. The project consists of soil re-engineering; replacement of irrigation systems; installation of a pump house; installation of drainage systems, including granite curb, inlets, and underground water collection systems and storage structures; and re-establishment of turf. The project is located within the National Mall, West Potomac Park, in downtown Washington, D.C. The project focuses on reconstructing the lawn panels, which are sandwiched between the elm tree panels aligning Madison and Jefferson Drives and between the streets of 3rd and 7th. The work will be performed on and immediately adjacent to historically significant features which directly contribute to the historic significance of the National Mall. Project work will include improvements to existing lawn panels; heavy civil work with deep utilities, soil rehabilitation, granite curb and inlet installation with tight tolerances, and very fine grading; structural and utility work associated with the installation of the underground cast-in-place concrete pump house, pre-cast concrete cisterns and irrigation and drainage systems; and seeding, growth and maintenance of the turf until it is accepted by the Government. All construction work must be performed in a manner that provides the greatest benefit to this highly significant, visible, prominent civic space with adjacent museums and visitor attractions. All work must be performed in strict adherence to all regulatory, National Park Service, and United States Park Police requirements including, but not limited to, regulatory stormwater, sedimentation, and erosion control measures and scheduled and unscheduled work stoppages due to National Park Service events or other governmental operations. Work will need to be laid out with staging areas, fencing and delivery and haul routes established in accordance with the contract documents, so as to minimize impacts to resources and pubic use of the adjacent park grounds. Submittal of contractor produced plans describing the means, methods, and schedules of all major work operations will be required for Government review and approval in order to ensure that all such operations will be carried out in accordance with the contract documents and in a manner commensurate with the constrained, highly visible, and nationally significant nature of the work site. Continuous communication and coordination with the National Park Service and its designated representatives will be required. TYPE OF ACQUISITION: 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, past performance, subcontracting plan and price to determine the best value (trade-off process) to the government. The government reserves the right to award without discussions CONSTRUCTION PRICE RANGE for this project is estimated to be between $10,000,000 - $15,000,000. Time for completion will be 450 calendar days. It is anticipated that the notice to proceed will be issued in August 2011, with an expected completion date of October 2012, dependent upon Continuing Resolution or funds appropriation approval. Proposal receipt date is approximate; the actual date will be established at the time proposal documents are available. Offers will be considered from all responsible and responsive businesses. A Preproposal meeting will be held shortly after solicitation documents are issued. Date and time to be determined. Interested parties are urged to attend this meeting to ascertain existing work conditions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011110093/listing.html)
 
Place of Performance
Address: National Mall and Memorial Parks, Washington, DC
Zip Code: 202429880
 
Record
SN02403035-W 20110319/110317234255-3ba47ea03e8ed8d3cc3b0cc179f14ae3 (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.