Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
MODIFICATION

Y -- GRTE 149677 – Moose Waste Water/Water Plant - Solicitation 1

Notice Date
5/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P16PS01023
 
Response Due
6/6/2016 10:00:00 AM
 
Archive Date
6/21/2016
 
Point of Contact
Sarah Clemmens, Phone: (303) 969-2228, Jason Longshore, Phone: (303) 969-2288
 
E-Mail Address
sarah_clemmens@nps.gov, jason_longshore@nps.gov
(sarah_clemmens@nps.gov, jason_longshore@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 10 Attachment 9 Attachment 8 Attachment 7 Attachment 6 Attachment 5_Contractor Tour Request Form Attachment 4_Volume II Submission Package Attachment 4_Volume I Submission Package Attachment 3_Davis Bacon Wage Rates WWTP_Vol III Specifications WWTP_Vol II Specifications WWTP_Vol I Specifications Moose Water System_Vol II Specifications Moose Water System_Vol I Specifications Waste Water Drawing 3 of 3 Waste Water Drawing 2 of 3 Waste Water Drawing 1 of 3 Moose Water Drawing 3 of 3 Moose Water Drawing 2 of 3 Moose Water Drawing 1 of 3 Solicitation - GRTE 149677 Active Solicitation: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a Full and Open Competition basis from all interested businesses having the capability to perform the work described below. Plan holders will be required to visit the website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please Note: Paper copies of the solicitation will not be made available. Prospective offerors desiring to conduct business with the DOI are requested to be registered in the Systems for Awards Management (SAM) at www.sam.gov. It is important to note, award cannot be made to a prospective until that firm is registered in SAM. Responses are due no later than Monday, June 6, 2016 at 10:00am Mountain Daylight Time (MDT). Questions are due no later than Monday, May 30, 2016 at 4:00pm MDT. Pre-Proposal Site Visit will be held on Tuesday, May 17, 2016 at 8:30am at the Craig Thomas Visitor Center located in Moose, Wyoming. Please refer to Attachment 5, Contractor Pre-Bid Tour Request Form for addtional detail. RSVP is required. The NAICS Code for this requirement is 237110. All work under this contract will be performed within an environmentally sensitive national park. Work will be performed in the high visitation corridor of the park and will be performed while maintaining visitor access. Description of Work: The construction of a new 60,000 gpd membrane biological reactor type of activated sludge wastewater treatment plant; new 4 inch diameter HDPE raw sewage force main; 8 inch diameter PVC gravity sewer; 4inch diameter HDPE treated water force main; necessary appurtenances for a complete wastewater treatment facility; and the demolition of the existing Moose wastewater treatment plant when the new facilities are completed and operational. Also included in this component is the requirement to install a temporary lift station, the sewer force main bypass and connect to the existing WWTP force main. Installation of the lift station will need to occur during periods of low groundwater to minimize dewatering. This phase will need to be tested and accepted for operation prior to the start of the next phase The second component of this requirement consists of the construction of a new water system infrastructure including two 150 gpm wells; a 520 square foot Well House building with electrical and chemical treatment rooms; 300,000 gallon buried concrete water storage tank; installation of approximately 17,100 and 5,525 lineal feet of 12 inch and 8 inch diameter HDPE water transmission main, respectively; electrical and fiber conduits; and telemetry based SCADA control system. In addition work will include the demolition of existing water system infrastructure including Taggart Well No. 1, the Taggart Well House, a 50,000 gallon insulated above ground steel water storage tank (Taggart Tank), 100,000 gallon buried concrete water storage tank (Windy Point Tank) and existing utility vaults as indicated in the construction drawings. Completion of each item includes all materials, labor, reclamation, transportation, material processing plants, equipment, royalties, warranties, O&M manuals, and incidentals necessary to complete the Work as described in the construction drawings and these specifications. Lastly the contractor will be responsible to obtain and pay for all permits and fees from the state and local authorities, including utility and construction permits, fees, and inspections, whether temporary or permanent. Contractor is responsible to include in the bid amount any costs associated with work by Utility Companies. The entire project will be constructed under a single prime contract. The estimated magnitude of this project is approximately $9,000,000 to $13,000,000 including all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Type of Procurement: It is anticipated that a firm-fixed price contract will be awarded resulting from a full and open competition, requiring submission of both a technical and a price proposal. The government will consider an Offeror's technical capability in comparison to its price. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned 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 at http://www.sba.gov. Responses from Bidders will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS01023/listing.html)
 
Place of Performance
Address: Grand Teton National Park, Moose, Wyoming, United States
 
Record
SN04103140-W 20160505/160503234439-89e4ebd5b01b0a157db6cbc8ce8b4d30 (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.