Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

Z -- Maintenance Building Wash Rack for Hodgdon Meadow, Yosemite National Park.

Notice Date
8/10/2011
 
Notice Type
Presolicitation
 
Contracting Office
PWR - PWRO Pacific West Regional Office-Seattle 909 First Avenue Seattle WA 98104
 
ZIP Code
98104
 
Solicitation Number
P11PS81496
 
Response Due
8/25/2011
 
Archive Date
8/9/2012
 
Point of Contact
Frank M. Powers Contract Specialist 2062204024 frank_powers@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
Service-Disabled Veteran-Owned Small Business
 
Description
NOTICE: 100% SET-ASIDE UNDER THE SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS PROCUREMENT PROGRAM IN ACCORDANCE WITH FAR SUBPART 19.14. Project Name: Maintenance Building Wash Rack for Hodgdon Meadow, Yosemite National Park. The Solicitation Number for this project is P11PS81496. The US Department of the Interior, National Park Service, Pacific West Regional Office intends to solicit proposals from Service-Disabled Veteran-Owned Small Businesses for a firm-fixed-price construction contract to furnish all labor, materials, equipment and expertise necessary for the removal of asphalt, removal of concrete, removal of existing oil/water separator, removal of existing drain manholes and piping, removal of stockpiled equipment, and grinding & sawcutting of existing asphalt and/or concrete; construction of a new concrete wash rack, concrete valley gutter, new asphalt pavement, installation of a new oil/water separator assembly, ballast pad, 48" flattop manholes, 24" drain inlet, 3"-8" drain pipe, 6" cleanout, H-20 rated concrete vault rated for continuous traffic, tankless water heater assembly, and hose rack assembly. Project earthwork excavation and off-haul will likely be required. The North American Industry Classification System (NAICS) code for this requirement is 238910, and the small business size standard is $14.0 million. Contract duration is approximately 45 days following the notice to proceed. In accordance with FAR Subpart 36.204, the price range for this contract is between $100,000 and $250,000. This is a "Best Value" negotiated procurement. Selection shall be based on the following factors: i) Status as an Service-Disabled Veteran-Owned Small Business; ii) Technical Qualification, to include relevant experience working on NPS projects, mountainous terrain, installation of stormwater box treatment units, sand/oil separators, grease interceptors, and utility vaults, installation of tankless water heaters powered by propane gas, and concrete formwork; iii) Past Performance on projects of similar scope; and iv) Price. Status as a Service-Disabled Veteran-Owned Small Business Concern is an absolute requirement, and offerers not meeting this criteria will not be further considered. Technical Qualification and Past Performance, when combined, will be evaluated equal to price. In the case of an offerer without a record of relevant past performance or for whom information on past performance is not available, the offerer will not be evaluated favorably or unfavorably on past performance. A site visit will be scheduled for all interested and qualified parties with the time and date to be announced in the solicitation. The Solicitation and attachments will be posted electronically on or about August 25, 2011 at the following website: www.fedbizopps.gov. (See FEDBIZOPPS SEARCH, below). All Amendments will also be posted to this website. Responses will be due approximately 21 days following the date of posting of the solicitation unless extended. The point of contact for this solicitation is Frank Powers, Contract Specialist, National Park Service, PWRO, 1201 Eye Street NW, 12th Floor, Washington, D.C. 20005. Email address is frank_powers@nps.gov. All Service-Disabled Veteran-Owned Small Businesses may submit a proposal, which if submitted in a timely manner, will be considered. FEDBIZOPPS SEARCH: Once posted, the solicitation can be accessed through www.fbo.gov by searching for "P11PS81496", and then clicking on the link to the IDEAS-EC website. You may also access the solicitation by going directly to the IDEAS-EC website (http://ideasec.nbc.gov) and searching for it there. After clicking on the link that takes you to the IDEAS-EC website, click on the "Clauses and Attachments" link in the small blue box to access and download the project Specifications, clauses and provisions, bid schedule, wage determinations, and all other supporting documents. Available files to download will be in one, or a combination of, the following formats: HTML, Microsoft Word - 2007, Microsoft Excel - 2007, Portable Document Format (PDF), TXT, JPG, AutoCAD DWG or DWF. Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy. A paper copy of this solicitation will NOT be available to requestors. Responses from Offerers will be accepted in hard copy format only, at the address of the point of contact stated earlier in this announcement. All offers must be received by the due date and time stated in the Solicitation to be considered for evaluation. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref:http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or-rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. The Government reserves the right to cancel this announcement and or the solicitation. This announcement does not constitute the solicitation. End of Announcement*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS81496/listing.html)
 
Place of Performance
Address: Yosemite National Park, Mariposa County, CA.
Zip Code: 95318
 
Record
SN02529831-W 20110812/110811000432-5106806917ba8d1d7ea03f60c2707091 (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.