SOLICITATION NOTICE
Z -- Replace Troughs and Weirs at Four Water Treatment Plants
- Notice Date
- 5/18/2011
- Notice Type
- Presolicitation
- Contracting Office
- IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
- ZIP Code
- 59035
- Solicitation Number
- P11PS01005
- Archive Date
- 5/17/2012
- Point of Contact
- Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@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
- The National Park Service intends to issue a Request for Proposals (RFP# P11PS01005) for acquisition of Construction Services to replace the settling basin and filter back wash troughs, and the adjustable weir plates at four water treatment plants (located at Grant Village, Canyon, Old Faithful and Mammoth Hot Springs) within Yellowstone National Park, WY. The Government anticipates in soliciting for the award of a Firm-Fixed Price contract. This acquisition is a 100% small business set-aside and is subject to the North American Industry Classification System (NAICS) code of 237110 with a size standard of $33.5 million. This project consists of, but is not limited to, furnishing all necessary plant, labor, supervision, materials, supplies, licenses, permits, insurance, bonds, transportation, and equipment to perform the required removal and disposal of the old steel troughs and weirs and the installation of the Government furnished stainless steel troughs and weirs in accordance with the Project Scope of Work. The magnitude of this project is estimated between $100,000 and $250,000. This acquisition will utilize the Performance Price Trade-off technique to make a best value award decision. Prior Experience and Past Performance are both treated as approximately equal areas, and in combination they are approximately equal in importance to Price. Experience/Performance and Price may be traded off, one against the other, to determine the best value for the Government. The Government anticipates the issuance of the Request for Proposal in June 2011. The target award date is on or about July 31, 2011 with a start date in late September 2011 and completion during December 2011. The installation of troughs and adjustable weir plates varies at each location. Offerors are urged and expected to inspect the sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A formal site visit will take place on June 1, 2011, at 7am. Interested contractors shall meet at the Mammoth Hot Springs Supply Center and travel as a group to the four water plant locations. Pre-registration is not required for the site visit. Questions and answers from the site visit (including those addressed during the site visit) will be included in the solicitation when released. Interested parties should register online and subscribe to receive procurement announcements related to this solicitation by entering the website at http://www.fbo.gov. Potential offerors are responsible for monitoring this site for release of the solicitation package. To be eligible for contract award, offerors must be registered in the Central Contractor Registration (CCR) database. Register via the CCR website at https://www.bbn.gov/ccr. Contractors must also submit their representations and certifications at the online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov. There will not be paper copies of this solicitation available. The RFP will be released using the Electronic Posting System available at http://ideasec.nbc.gov or http://www.fbo.gov. All solicitation information may be obtained through the above referenced websites. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Any questions in regards to this notice must be submitted in via email to jay_tobin@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS01005/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02451468-W 20110520/110518235207-8b2888b01acd9ec958c514373eae0094 (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 |