Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2012 FBO #3848
SOLICITATION NOTICE

Y -- President's ParkDesign-Build -- Upgrade Grounds Infrastructure

Notice Date
6/5/2012
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, P.O. Box 2528712795 W. Alameda Parkway, Attn: Vancant Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
P12PS00714
 
Response Due
6/18/2012
 
Archive Date
6/5/2013
 
Point of Contact
Margaret Lemke Contracting Officer 3039692039 margaret_lemke@nps.gov ; John T. Vallejos Contract Specialist 3039692031 john_vallejos@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
'General: The National Park Service, Department of Interior, (NPS) will be soliciting proposals for construction firms having the capabilities to perform a design-build construction project. This design-build construction project has been classified at the 'Confidential' level with potential access required to 'Secret' documents. Potential offerors shall be required to have security clearance and the ability to safeguard the information under the project. This combined pre-solicitation announcement/sources sought is requesting firms interested in participating in the limited source competitive acquisition to submit the following information: (1) firm's name and address, (2) firm's contact individual and telephone number, (3) firm's security officer and telephone number, (3) firm's DUNS number, and (4) firm's CAGE number. A review of the firm's security clearance will be performed. After the review is completed, all firms submitting the required information will be notified as to whether they meet or do not meet the requirements as potential offerors that will be included in the approved limited sources for the competitive acquisition. The solicitation will be issued electronically, except for the 'Confidential' or 'Secret' classified documents, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov The Confidential or Secret documents will be made available for pickup by firms included in the approved limited sources at the Department of Interior, Washington, DC. Paper copies of the electronic solicitation will not be made available to offerors, but will be available through the NBC web site. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. The Confidential or Secret documents will be available in either hard copy or disc for pickup by offerors on the approved limited source list. Offerors wishing to receive electronic notification of 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. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has an Interested Vendors List and a Watchlist that you can add your company's interest. Potential offerors will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. However, any amendment that includes Confidential or Secret information shall be provided in hard copy to the potential approved offerors through appropriate channels or specific notification for pickup. Please note that all amendments will be available only at the National Business Center's website; and, all other documents shall be provided in either hard copy or disc to the approved limited sources. 'Online Representations and Certifications Application (ORCA). All potential offerors included in the limited sources, shall have completed online representations and certifications. The ORCA site can be found by going to http://www.bpn.gov and clicking on 'Online Reps and Certs Application' on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the Federal Government. 'Proposed Issue Date: June 22, 2012 'Title of Project: Upgrade Grounds Infrastructure 'Description: The construction project is a design-build project to install a centralized duct bank of conduit around the White House grounds, which is a cultural landscape within the City of Washington, D.C. This project will provide for current and future needs related to security, cameras, and lighting systems. The main duct bank will run along a portion of the circumference of the site and have tributaries branching off to feed small structures, security cameras and lighting. The trenching needed for the conduit will be a total of approximately 5,000 to 15,000 linear feet and will contain one to eight conduits with sizes ranging from 1 to 4 inches. The project includes trenching, laying conduit and associated appurtenances, backfilling and sodding. 'Type of Procurement: A limited source, negotiated competitive acquisition will be conducted resulting in a firm-fixed price contract award. Potential offerors will be required to submit both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. 'Estimated price range, $1,000,000 to $5,000,000 'Time for completion, 365 calendar days from notice to proceed. 'Proposal receipt date is approximate; actual date will be established at the time the solicitation is issued. 'All firms determined to meet the requirements for inclusion in the approved limited sources may submit an offer that will be considered. 'It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. 'In order to be considered for award, all large businesses will be required to submit an acceptable Subcontracting Plan with their proposal (see Federal Acquisition Regulation 19.7). The NPS subcontracting goals for Fiscal Year 2012 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 52%; Small Disadvantaged Business Concerns - 16%; Small Women-Owned Business Concerns - 7%; HUBZone Small Business Concerns - 7%; Veteran-Owned Small Business Concerns - 0%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 8%. 'Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search). 'In order to be considered and included on the approved limited source list for this acquisition, responses to this presolicitation/sources sought announcement should be sent to the Contracting Officer, Margaret A. Lemke at Margaret_Lemke@nps.gov and to the Contract Specialist, John Vallejos at John_Vallejos@nps.gov on or before June 18, 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS00714/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20005
 
Record
SN02766105-W 20120607/120605234834-b362fa37101e7fa4cb59709cc9917440 (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.