Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOLICITATION NOTICE

Z -- KNRI-Knife River Indian Villages National Historic Site,CONCRETE FLOOR//EARTHLODGEReplace existing dirt floor in replica earthlodge with stamped concrete

Notice Date
5/17/2012
 
Notice Type
Presolicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mountain Road Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
P12PS00627
 
Archive Date
5/17/2013
 
Point of Contact
Andrew T. Sage Procurement Technician 6055743194 andrew_sage@nps.gov; Charles J. Folk Facility Manager 7017453300 Charles_Folk@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
This is a presolicitation notice to announce that the Department of Interior, National Park Service, Knife River Indian Villages National Historic Site intends to issue a Request for Proposal (RFP) P12PS00627 for FY12 Knife River Indian Villages National Historic Site, CONCRETE FLOOR/EARTHLODGE, Stanton, North Dakota. The contractor who is selected for this project will provide all labor, materials, tools, equipment, and transportation for Replace existing dirt floor in replica earthlodge with stamped concrete. Approximately 1000 square feet of floor would be replaced. Project would include removal of existing dirt 3-4 inches deep depending on grade, a sand/gravel base as needed, rebar 3 feet on center, and the pouring of concrete, 4 inches thick. Concrete would be stamped and colored as specified by the Park to best represent the original floor. It would then be properly sealed. Expansion joints are to be used around all wooden support posts, puncheons, and barricade walls within project area. Floor is to extend to within approximately 12 inches of the outer perimeter wall as well as around the cache pit. The work of this Contract consists of the following general construction elements: 1. General Conditions. 2. Products. 3. Execution. 4. Measurement and Payment. 5. Other Factors and as per the specifications. RFP ISSUANCE DATE: The anticipated issuance date of the RFP is on or about June 1, 2012. with an anticipated closing date of July 2, 2012. The anticipated period of performance is 30 calendar days after receipt of the Notice to Proceed Note: There will NOT be a public bid opening for this requirement. The RFP will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about June 1, 2012.. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Award shall be made through the lowest price technically acceptable source selection process. Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. SITE VISIT: All information about the site visit will be forth coming in the solicitation package. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is Less than $25,000. The applicable NAICS code for this action is 238110(Poured Concrete Foundation and Structure Contractors) the Small Business Size Standard for this NAICS is $14.0 Million, in average gross annual receipts for the past 3 fiscal years. IAW FAR-19.502-2 -- This will be a Total Small Business Set-Aside This project is subject to the Davis-Bacon Act. Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. CENTRAL CONTRACTOR REGISTRATION INFORMATION: To be eligible for a government contract, contractors must be registered in the Central Contractor Registration (CCR) government system prior to award. The link for the CCR can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for award (see FAR Subpart 4.11). ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12) QUESTIONS: ALL QUESTIONS WILL BE PRESENTED TO THE PROCUREMENT TECHNICIAN ON THIS PROJECT, NOT THE PARK. Solicitation Type: Request for Proposal (RFP) Solicitation Type of Contract: Firm Fixed Price Site Visit Date: To Be Determined Title of Project: CONCRETE FLOOR/EARTHLODGE Place of Performance: Knife River Indian Villages National Historic Site, Stanton, ND 58571 Point of Contact(s): Andrew Sage Procurement Technician (605) 574-3194
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS00627/listing.html)
 
Place of Performance
Address: Knife River Indian Villages National Historic Site564 County Rd 37,P.O. Box 9Stanton, ND 58571-0009
Zip Code: 585710009
 
Record
SN02751459-W 20120519/120518001053-248cfbf045829e3e0c0b34ee136b0f0d (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.