Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

Z -- Multiple Award Task Order Contract for Design Build Services to primarily support the Lakewood MABO of the Intermountain Region of the National Park Service.

Notice Date
7/9/2012
 
Notice Type
Presolicitation
 
Contracting Office
IMR - Denver National Park Service12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
P12PS41052
 
Archive Date
7/9/2013
 
Point of Contact
Pamela Kaelin Contracting Officer 3039876787 pamela_kaelin@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
Design Build Services Multiple Award Task Order Contract (D/B MATOC) to support the National Park Service, Intermountain Region, primarily the states of Colorado and Utah but could be used for Texas, Oklahoma, New Mexico, Arizona, Wyoming and Montana. This announcement serves as the pre-solicitation notice for a D/B MATOC. The contract primarily consists of D/B or Construction Only projects in the states of CO and UT, but could be used in TX, OK, NM, AZ, WY and MT. THE SOLICITATION IS A TOTAL SMALL BUSINESS SET-ASIDE. Offers will NOT be accepted from Large Businesses. The total combined capacity under the MATOC umbrella will be $40M. Up to 7 Indefinite Delivery Indefinite Quantity (IDIQ) contracts may be awarded under the MATOC. Each IDIQ will have 1 base and 4 options, not to exceed 5 years. For the life of each IDIQ contract the government will have a minimum obligation of $2,000. Task Orders will be awarded on a fixed price lump sum basis. The minimum order will be $2,000 and the maximum will be $1.5M. Each task order will be competed among the 7 IDIQ contracts based on either Tradeoff (Best Value or Lowest Price Technically Acceptable) or Lowest Price. Each task order will be awarded pursuant to FAR 16.505. Based on Historical Awards: The average task order price is estimated to be $200K, the average numbers of task orders per year are estimated to be 25, 50% of the awards of the task orders are estimated to be in July, Aug and Sept and an estimated 2% of projects to be outside of CO and UT. Previous years obligations averaged $4M total for each fiscal year for IDIQ contractors to compete for. The task orders will be for design/build or construction only services to repair or rehabilitate historic and non-historic structures in addition to a minimal amount of new construction for project types inclusive of but not limited to Site Utilities (gas, electric, communication), Site Improvements (trail, fence, grading, concrete work, landscaping), Water & sewer, Roadway (bike, roadway, signage, striping), Fire & safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables). The project examples include renovations of historic and non historic maintenance shops, visitor centers and fee stations, upgrades to electrical, water and sewer systems, rehabilitation of fire suppression systems and safety systems, parking lot and road paving, HVAC rehabilitation, re-roofing, water, sewer and gas tank construction. There may be minimal new construction of administrative building, comfort stations and vault toilets. All design efforts required for the projects above will be required to be performed by a registered design professional, registered in the state in which the project is located. The projects will mostly likely be performed in, but not limited to Rocky Mountain NP, Mesa Verde NP, Bryce Canyon NP, Dinosaur NM, Capital Reef NM, Arches NM, Canyonlands NM, Colorado NM, Black Canyon of the Gunnison, Curecanti NRA, Cedar Breaks NM, Great Sand Dunes NP&P, Pipe Spring NM. The general applicable NAICS codes are 237110 and 236220 with small business size standards of $33.5M. Up to 7 IDIQ contracts may be awarded to the most highly qualified offerors. The evaluation factors in order of importance are: Experience Prime Contractor, Past Performance Prime Contractor, Prime Contractor IDIQ Experience, Prime Contractor IDIQ Past Performance, IDIQ Management Approach, Seed Task Order Management Approach and Seed Task Order Technical Approach and Price of Seed Task Order. When all factors are combined they are significantly more important than cost or price. The proposal offering the best value for the seed task order will receive the award of the first task order. The seed task order is for an area sewer line rehabilitation project at the Yampa District Housing at Dinosaur NM, CO the task order will consist of excavating and spot-repairing 6" Vitrified Clay Pipe (VCP) with Polyvinyl Chloride (PVC) and installing a Cured In Place Pipe (CIPP) within approximately 3000 linear feet of active sewer main and laterals. This project includes but is not limited to the design, construction drawings, video inspection, sewer line cleaning, bypass pumping, repair of sewer main and laterals, installation of CIPP, video inspection, testing, restoration and as-constructed drawings, the performance period is 120 calendar days inclusive of any and all design work, with an estimated start date of work on-site when site conditions permit, working site conditions are estimated to be early Spring. The task order will be awarded the same day IDIQs are awarded. The solicitation will be issued on or about July 25, 2012 with a proposal due date on or about Aug 28, 2012 with an anticipated award date for the IDIQ contracts of December 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS41052/listing.html)
 
Place of Performance
Address: Primarily the Park Units in Colorado and Utah, but could be performed in TX, WY, MT, OK, AZ and NM.
Zip Code: 80228
 
Record
SN02796581-W 20120711/120709234322-d23705b256856905801e323735095f02 (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.