SOLICITATION NOTICE
Y -- Replacement of Brandy Creek Water Distribution System
- Notice Date
- 6/30/2014
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NPS, PWR - PORE MABOPoint Reyes National Seashore1 Bear Valley RoadPoint Reyes StationCA94950US
- ZIP Code
- 00000
- Solicitation Number
- P14PS00959
- Point of Contact
- Kyle Daniska
- E-Mail Address
-
kyle_daniska@nps.gov
(Kyle_Daniska@nps.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- REPLACEMENT OF BRANDY CREEK WATER DISTRIBUTION SYSTEM The National Park Service (NPS), Whiskeytown National Recreation Area (WHIS), located in Shasta County, California, has a requirement for the replacement of existing 4 and 6 inch cast iron piping with approximately 5,000 LF of 3 and 6 inch HDPE piping. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, site rehabilitation, clean-up, and demobilization. Project work includes, but is not limited to: replacing existing 4 and 6 inch cast iron piping with 3 and 6 inch HDPE piping including segments of asphalt replacement (approximately 5,000 LF); install new, 3 inch HDPE piping aligned in the tank access road, connecting the tank site to the existing 2 inch PVC Wastewater Treatment Plant Spur Line (approximately 1,200 LF); and miscellaneous interconnections, cap and plugs, sample stations, fitting and valves. The Request for Proposal (RFP) shall include 27 related base bid items and one bid option that may be exercised by the Contracting Officer (CO) during contract performance if funds are available. The project range is estimated to be between $500,000 and $1,000,000. The project is expected to take approximately 196 calendar days, with an anticipated start date in October 2014. This procurement is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns only. All responsible sources may submit a proposal which, if timely received, will be considered. The North American Industry Classification System (NAICS) code is 237110; the small business size standard is $33.5 million. The Government intends to award a single, fixed price contract. Award selection shall be made on a Best Value determination made after consideration of price and factors other than price (quality: project management and operating procedures, key personnel experience and technical competence with similar projects, and past performance). Award is subject to the availability of funding at the time of award. The RFP will be available via electronic commerce only and may be accessed on or about July 15, 2014 at either FBO: http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The due date for proposals will be not later than 30 days after the date of issuance of the RFP. The prospective Offeror is responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. A Site Visit is scheduled for Monday, July 28, 2014 beginning at 9 a.m. See Section L of the RFP (when issued) for more information. Interested parties may explore the WHIS website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/whis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS00959/listing.html)
- Record
- SN03409848-W 20140702/140701023143-e742dd34e8731331224816b91d2dd286 (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 |