Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2014 FBO #4514
MODIFICATION

Y -- Rehabilitate Denali National Park Headquarters Utility Infrastructure - Solicitation 1

Notice Date
4/2/2014
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P14PS00447
 
Response Due
5/2/2014 1:00:00 PM
 
Archive Date
3/7/2014
 
Point of Contact
Evelyn Tate, Phone: (303) 969-2229, Sally McMahon, Phone: 303-969-2413
 
E-Mail Address
evelyn_tate@nps.gov, sally_mcmahon@nps.gov
(evelyn_tate@nps.gov, sally_mcmahon@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Proposal Submission Package Drawings Specifications Contract Clauses SF 1442 • General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation is issued electronically, on the Federal Business Opportunities (www.fbo.gov) website. The entire solicitation package with all attached documents are available in Microsoft Word, HTML and Adobe PDF, Specifications and drawings are available in Adobe PDF format through www.fbo.gov. Paper copies of this solicitation will not be made available. • Vendors can search for opportunities and award history on www.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. 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 the website periodically to check for amendments and other changes to the synopsis or solicitation documents. • Vendors must register via the website prior to submitting proposals through the site. Specific instructions on submitting your proposal are contained in the solicitation documents. • The System for Award Management (SAM) is an on-line Internet system. Prior to SAM, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using SAM, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits the contractor by allowing them to maintain an accurate and complete record. The SAM site can be found by going to http://www.sam.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you need technical assistance with SAM.gov, go to the SAM Home Page and click on the Service Desk link. • 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. • Title of Project: Rehabilitate Denali National Park Headquarters Utility Infrastructure • Description: The work of this contract consists of the provision of new water mains, sewer mains and lateral service lines to buildings in the Denali National Park Headquarters Area. The work includes insulated arctic pipe, valves, hydrants, manholes, mechanical retrofitting, and electrical to support the mechanical. The work also includes demolition of the existing steam heat infrastructure throughout the headquarters area; abatement and abandonment of select existing utilidor services; providing new propane fired boilers in some buildings, glycol heat trace systems for the new water and sewer lines, and glycol hydronic heat systems for two buildings; partial demolition of utilidor sections; repaving; and all other related work and appurtenances required to provide fully operational domestic water and wastewater disposal systems. Included in the work will be options to 1) provide buried conduit for a new primary and secondary power system and 2) provide primary and secondary power cables in conduits. 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. • Estimated price range, $7,000,000 to $8,500,000. • Time for contract completion: Project is to be completed by August 15, 2015. • Proposal receipt date is May 2, 2014 • All responsible sources may submit an offer that will be considered. Pre-Solicitation Project Walkthrough: A walkthrough was conducted on Friday, September 27, 2013, at 10:00AM. If a walkthrough is desired, please schedule an appointment with the park Point of Contact listed below. Photographs are available of the work areas, and are available at the following ftp site: ftp://ftp.mlfaalaska.com/ Username: DENA149064 Password: photos,1 Park Point of Contact: Steve Homan, P.E. Assistant Chief of Maintenance Denali National Park and Preserve P.O. Box 9 Denali, AK 99755-0009 Telephone: 907-683-6407 stephen_homan@nps.gov • 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. • In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS subcontracting goals for Fiscal Year 2014 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 51.5%; Small Disadvantaged Business Concerns - 5%; Small Women-Owned Business Concerns - 5%; HUBZone Business Concerns - 3%; Veteran-Owned Small Business Concerns - 0%; Service-Disabled Veteran-Owned Business Concerns - 3%. • 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 SAM.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00447/listing.html)
 
Place of Performance
Address: Denali National Park and Preserve, Denali and Matanuska-Susitna Counties, Alaska, McKinley Park, Alaska, 99755-0009, United States
Zip Code: 99755-0009
 
Record
SN03326738-W 20140404/140402234454-0d1d175396881028d4eb7de666d4fe9b (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.