Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

Y -- Replace Officer Booths and Refurbish Vehicle Gates

Notice Date
6/17/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building 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
P14PS00995
 
Archive Date
8/1/2014
 
Point of Contact
Margaret Lemke, Phone: (303) 969-2214
 
E-Mail Address
Margaret_Lemke@nps.gov
(Margaret_Lemke@nps.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 construction project to replace eight existing security booths and refurbish twelve existing vehicle entry gates at a secure high profile National Historic Landmark site in Washington, D.C., as described below. The resultant contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) firm fixed price contract with an ordering period of five years and one award. This construction project has been classified at the "Secret" level. Potential offerors shall be required to have security clearance and the ability to safeguard the information under the project at the Secret level. 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 "For Official Use Only" and "Secret" classified documents, at the Government Point of Entry (GPE or FedBizOpps). The For Official Use Only and Secret documents (includes specifications and drawings) will be made available for pickup by firms included in the approved limited sources at the Department of the Interior, National Park Service, 1849 C Street, NW, Washington, DC. Paper copies of the electronic solicitation will not be made available to offerors, but will be available through the GPE. The "For Official Use Only" and "Secret" documents will be available in hard copy and disc for pickup by approved limited source offerors on the date of issuance of the solicitation. The solicitation has contact information in Attachment J to arrange for pickup by an authorized Facility Security Officer or approved carrier. Amendments will be issued to the GPE site; however, any amendment that includes classified information will be provided in hard copy to the potential approved limited source offerors through appropriate channels or specific notification for pickup. •A Preproposal Conference has been scheduled for July 14, 2014 at 2:30 PM (Eastern time) at the Department of the Interior, 1849 C Street, NW, Washington, DC. A site visit has been scheduled for July 15, 2014 at the secure High Profile National Historic Landmark site. A second and third site visit has been scheduled for July 16, 2014 at 2:30 PM (Eastern time) and for July 17, 2014 at 8:30 AM (Eastern time) at the second construction site location, Jimmy Carter National Historic Site in Plains, Georgia. Please review Clause L.9 -- 52.236-27-Site Visit (Construction) (Feb 1995) - Alternate I (Feb 1995) for specific instructions for the approved limited sources attendance at the preproposal conference and site visits. Note security clearance for attendees is required as well as pre-registration. •Proposed Issue Date: July 1, 2014 •Title of Project: Replace Officer Booths and Refurbish Vehicle Gates •Description: The construction project is to replace eight existing security booths and refurbish twelve existing vehicle entry gates at the secure high profile National Historic Landmark site in Washington, D.C. and replacement of security equipment and installation of turnkey security systems. The project involves the demolition of existing officer booths and the construction of new replacement booths. Exterior walls are of concrete with steel framing clad with limestone and granite veneer. The roof structure is steel framing with a combination tern-coated standing seam metal roof and a tapered EPDM membrane roof. Windows require security glazing. Twelve existing gates are to be refurbished. The work for these gates involves removal of two gate leafs at each location and refurbishment at an off-site location. Refurbishment includes stripping the lead-based paint, repairing gate hinges and locking mechanism, other miscellaneous repairs and repainting with a high performance epoxy coating paint system. Once the off-site refurbishment is complete, the gate leafs are to be reinstalled along with new electrical actuators that operate the opening and closing of the gate leafs along with a new computerized control system. The on-site work environment is a high security controlled area requiring close day-to-day coordination with government officials to ensure the integrity of the secured site. All contractor personnel will undergo background investigations for access to the site, and all potential contractors (at any tier) and their personnel requiring access to construction documents shall be required to hold a security clearance at the "Secret" level. The contractor's successful performance and execution of this construction project will be challenged by several steady and life-of-project constraints and challenges such as maintaining a clean, orderly, and organized work site in constant and strict adherence to all regulatory and daily oversight from the highest levels of the government at a facility that has government business conducted on a daily basis. Another requirement will be to provide and coordinate all transportation, hauling, and material deliveries within a secure, constrained work site in a heavily congested urban area. The work environment and scheduling of work and deliveries will be subject to temporary work stoppages due to security requirements while government officials and visiting dignitaries are entering or leaving the facility as well as special events that will require temporary work stoppages up to a week at one time. •Type of Procurement: A limited source, negotiated competitive acquisition will be conducted resulting in a firm-fixed price IDIQ 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. •The Government will issue separate task orders for a booth or a gate. The maximum task orders that shall be worked on at the same time at the Washington, DC location shall not exceed more than two sites (a booth or a gate is considered one site unless the booth and gate are co-located). •Estimated price range, More than $10,000,000 •Time for completion of a task order will be in Clause F.1 - 52.211-10-Commencement, Prosecution, and Completion of Work (April 1948). Completion of a booth is 365 calendar days for two phases with the on-site construction activities to not exceed 120 calendar days of the 365 calendar days. Completion of a gate is 180 calendar days with on-site construction activities to not exceed 120 calendar days of the 180 calendar days. Replacement of equipment will coincide with the performance period of the task order for a booth or gate. The construction activities at the JICA site shall not exceed 180 calendar days. •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, small disadvantaged business, HUBZone, woman-owned, and service disabled veteran-owned 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/ 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 2014 for the participation of small businesses will be provided in the solicitation (Section L). •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, Karen LaBouff-Kind at Karen_Labouff-kind on or before June 26, 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00995/listing.html)
 
Place of Performance
Address: Multiple Locations -- A secure high profile National Historic Landmark site in Washington, D.C., and Jimmy Carter National Historic Site in Plains, Georgia, United States
 
Record
SN03396923-W 20140619/140617234644-3ffc0a1336bdef2550ef2e99fbc51a38 (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.