MODIFICATION
Z -- DRTO 174086 - Emergency Shoring
- Notice Date
- 6/26/2013
- Notice Type
- Modification/Amendment
- NAICS
- 238140
— Masonry Contractors
- Contracting Office
- NPS, DSC Contracting Services Div12795 W. Alameda PkwyP.O. Box 25287DenverCO80225-0287US
- ZIP Code
- 00000
- Solicitation Number
- P13PS00520
- Response Due
- 5/8/2013
- Archive Date
- 6/7/2013
- Point of Contact
- Eric Weisman, Phone: (303) 969-2344, Carmen Washington, Phone: (303) 969-2307
- E-Mail Address
-
eric_weisman@nps.gov, carmen_washington@nps.gov
(eric_weisman@nps.gov, carmen_washington@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This Amendment is issued to change the Contracting Officer, anticipated release date of the solicitation package, and additional information. Note that solicitation materials will only be released on FedBizOpps ( www.fbo.gov ). EMERGENCY SHORING OF A PORTION OF FRONT 3 FORT JEFFERSON DRY TORTUGAS NATIONAL PARK MONROE COUNTY, FLORIDA PMIS No. DRTO 174086 PRE-SOLICITATION ANNOUNCEMENT • General: The National Park Service, Department of Interior, will be soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on or after July 2, 2013, on the Federal Business Opportunities (www.fbo.gov) website. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications and drawings will be available in Adobe PDF format through fbo.gov. Paper copies of this solicitation will not be made available. • Title of Project: EMERGENCY SHORING OF A PORTION OF FRONT 3 FORT JEFFERSON DRY TORTUGAS NATIONAL PARK, MONROE COUNTY, FLORIDA, PMIS No. DRTO 174086 • Description: The Work of this project consists of the repair of portions of the brick masonry scarp wall along Front 3 at Fort Jefferson. The scarp wall masonry is severely deteriorated and in many areas has collapsed into the moat due to the corrosion and expansion of internal iron elements. In general, the work includes removal of iron components of the historic Totten shutter assembly, partial reconstruction of the shutter assembly using cast concrete replacement components, reconstruction of the embrasure openings and repair and repointing of the scarp wall from the magistral line to the top of the string course. The specific areas of masonry repair include embrasures 56-58 and 70-72 on Front 3. All work will be performed under a single contract. • Type of Procurement: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price to determine the best value (trade-off process) to the governement. • This procurement is being offered as a full and open competition. All responsible sources may submit an offer that will be considered. • The NAICS code for this project is 238140 and the small business size standard is $14.0 million. • In accordance with FAR 36.204, the project magnitude is estimated to be between $1,000,000 and $5,000,000. • The contract duration is 360 calendar days following the notice to proceed. • The anticipated solicitation issue date is July 2, 2013. Responses will be due approximately 30 days following the issuance of the solicitation, once posted. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. This pre-solicitation announcement does not constitute a solicitation. • It is anticipated that a formal PRE-PROPOSAL CONFERENCE/SITE VISIT will NOT be scheduled. Unofficial site visits are encouraged and additional details will be provided in the solicitation. • Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist that you can add your company's interest to. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit either website periodically to check for amendments and other changes to the synopsis or solicitation documents. • This synopsis/pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. • Online Representations and Certifications Application (ORCA) is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. 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 strongly encouraged to register in ORCA in responding to this solicitation. • You are required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. • 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. • This solicitation is made as a Total Small Business Set Aside. Offers submitted by large businesses will not be considered. • 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). • For questions please contact the Contracting Officer, Mr. Eric Weisman, preferably via email at eric_weisman@nps.gov or alternatively by telephone at (303)969-2344. End of Announcement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00520/listing.html)
- Place of Performance
- Address: Dry Tortugas National Park, Monroe County, Florida, Monroe County, Florida, 33034-6733, United States
- Zip Code: 33034-6733
- Zip Code: 33034-6733
- Record
- SN03099856-W 20130628/130626234647-f626cb1ed8996dce134e9b89de912620 (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 |