SOLICITATION NOTICE
Y -- DRTO 149152A - Repair BAstions 2 & 3
- Notice Date
- 3/17/2015
- Notice Type
- Presolicitation
- NAICS
- 238140
— Masonry Contractors
- 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
- P15PS00724
- Point of Contact
- Frank Camacho, Phone: (303) 969-2344, Pamela Mault, Phone: (303) 969-2982
- E-Mail Address
-
frank_camacho@nps.gov, Pamela_Mault@nps.gov
(frank_camacho@nps.gov, Pamela_Mault@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION ANNOUNCEMENT •· PROJECT TITLE: Repair Bastions 3 & 4 on Fort Jefferson, Dry Tortugas National Park, Florida, Project No. DRTO 149152A •· GENERAL: The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described below. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued electronically, before June 15, 2015, on the Federal Business Opportunities (www.fbo.gov) website. Responses will be due approximately 30 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML, and/or 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. •· DESCRIPTION: The work for this requirement consists of This project is for a comprehensive stabilization to complete the minimum effort required for long term sustainability and safety. Removal of 28 shutter assemblies, infill arch reconstruction, replicated shutter component installations, scarp repointing and 2 nd tier opening stabilization, as well as parapet brick replacement and repointing. Stabilization of masonry surrounding the only entrance/exit with selective brick replacement and repointing of the brick work at Sally Port •· PROCUREMENT TYPE: 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 government. •· SET-ASIDE TYPE: The anticipated acquisition will be set aside as a Total Small Business Set-aside. Submissions received from responsible small business firms will be considered. •· NAICS CODE: The NAICS code for this project is 238140 and the small business size standard is $15 million. •· MAGNITUDE: In accordance with FAR 36.204, the project magnitude is estimated to be greater than $10 Million. •· DURATION: The anticipated contract duration will be roughly 457 days with an option for additional work which will carry an additional 881 days if the Government so chooses to exercise the option. •· SITE VISIT: The Government is not anticipating a formal Pre-Proposal Conference/Site Visit for this particular project. •· ADDITIONAL INFO: Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities ( www.fbo.gov ) website includes an Interested Vendors List and a Watch List, which allows interested companies to add their company name to these two lists. 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. •· 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, 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 Small Business Administration's Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. •· REQUIREMENTS: 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. Online representations and certifications must also be completed using SAM.gov. •· For questions please contact the Contract Specialist, Mr. Mike Camacho, preferably via email at mike_camacho@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/P15PS00724/listing.html)
- Place of Performance
- Address: Fort Jefferson, Dry Tortugas National Park, Key West, Florida, 33041, United States
- Zip Code: 33041
- Zip Code: 33041
- Record
- SN03669839-W 20150319/150317234928-bf06be1f23482943a4928ad688ebc5a7 (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 |