Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
MODIFICATION

Z -- Paint exteriors of five buildings at Fort Vancouver NHS, Vancouver WA

Notice Date
8/19/2015
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
P15PS02124
 
Response Due
9/9/2015
 
Archive Date
9/24/2015
 
Point of Contact
Welch, Sarah
 
E-Mail Address
Click to e-mail the Contracting Officer.
(Sarah_Welch@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 transmits notes from the site visit held on 8/17/15, shown in Block 14 of the SF30 (Sol P15PS02124 Amd 1). Request for Quotations #P15PS02124 is for painting the Park Headquarters Building (1962), Park Residence (1962), Costume Shop (1962) and Pearson Headquarters Building (1918) at Fort Vancouver National Historic Site, Vancouver, WA, and the Barclay House (1849) in Oregon City, OR. These historic buildings are used as office space, residence, and for visitor interpretation. Lead-based paint may be present on certain exterior surfaces of some buildings. PROJECT LOCATION: Four buildings are located in Vancouver, WA 98661. The Barclay House is located at 719 Center Street, Oregon City, OR 97045. Maps and information about the park are at www.nps.gov/FOVA. A site visit is scheduled is scheduled for the Vancouver buildings on Monday, August 17, 2015, at 2:00 pm. DETAILS: This is a best value procurement set-aside for small business concerns in accordance with FAR Part 19.5. The NAICS code for this project is 238320 and the small business size standard is $15.0 million, average annual gross receipts for the past three years. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. The contractor will have 60 calendar days to complete the project after the Notice to Proceed is issued. In accordance with FAR 36.204, the estimated magnitude of this construction project is between $100,000 and $250,000; however, the solicitation is being issued using Simplified Acquisition methods in FAR Part 13. The RFQ and future amendments will be posted at www.FBO.gov. Prospective quoters will be required to visit this website periodically to check for amendments and other changes to the contract documents; no other notifications will be sent. No hard copies of the solicitation will be mailed or issued. The Government reserves the right to cancel this solicitation. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however quoters who have not established and/or maintained an active registration and completed the online representations and certifications at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award. 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 Small Business Administration's (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS02124/listing.html)
 
Record
SN03845268-W 20150821/150819235211-8b07f3c2ea80afa16514333bb4647173 (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.