SOURCES SOUGHT
Y -- Replace Floating Bridge and Access Trails with Elevated Bridge and Walkway
- Notice Date
- 6/2/2016
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering 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
- P16PS00287
- Archive Date
- 6/11/2016
- Point of Contact
- Evelyn M. Tate, Phone: 3039692229, Sally McMahon, Phone: 303-969-2413
- E-Mail Address
-
evelyn_tate@nps.gov, Sally_McMahon@nps.gov
(evelyn_tate@nps.gov, Sally_McMahon@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service has a requirement for the following project. If you are interested, please submit your detailed capabilities in WRITING to demonstrate same or similar experience. This is not a request for proposal or invitation to bid. There is no bid package, solicitation, specification or drawings available with this announcement. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. If you chose to submit a package, clearly identify the park and project on your package (KATM-148250), confirm your socioeconomic status: (8(a), HUBZone, Service Disabled Veteran, WOSB, EDWOSB, Small) and follow-up two weeks after the announcement closes to check on the status of the project. Your email capability information MUST be 6 pages or less (includes your bonding letter) and be SPECIFIC to the scope provided. Provide customer point of contact information including email and telephone (for example, contracting officers, project managers ) provide description of past projects (preferably same or similar past projects), contract numbers, dollar amounts, time frame, duration, location and any other pertinent information. You must also provide a letter from your bonding company verifying your bonding levels per contract and total. Your response is due no later than 9:00 a.m. Mountain Time, June 10, 2016. All firms need to be certified in SAM. Please refer to the SBA rules regarding HUBZone firms effective October 1, 2011. Please note there is no additional information to be provided at this time. Send your email responses to: Sally_McMahon@nps.gov. Analysis of the quantity and quality of responses to this sources sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. Description: The proposed work consists of the construction of a pile-supported 1000 LF elevated boardwalk and bridge including accessible ramp, viewing platforms, pullouts, electrical distribution, and a septic pump out system. The bridge/boardwalk work includes the installation of driven piles and wood framed superstructure. Electrical distribution work includes adding 1600 LF of new medium voltage power distribution installed under the bridge/boardwalk between existing sectionalizer panels. The septic pump out system work includes new sewage pumps and 1600 LF of 3" HDPE pipe installed under the bridge/boardwalk. Brooks Camp is geographically remote, accessible only by boat or plane. Equipment and materials typically must arrive via barge to Naknek/King Salmon, transported overland to a boat ramp at Naknek Lake, and then barged to Brooks Camp. Boat access is limited by water levels and Naknek Lake ice. Float plane access is limited by ice in non-summer months, with lake landings on ice or the beach possible only during very limited windows. Mobilization may occur in late summer; however, phasing constraints will require most of the construction, including pile driving, to occur entirely in the fall, winter, and spring. Project Title: Replace Floating Bridge and Access Trails with Elevated Bridge and Walkway NAICS Code: 237990 Dollar Magnitude: $5 million to $10 million Period of Performance is October 15, 2016 to August 15, 2018. INTERESTED CONTRACTORS MUST ADDRESS THESE TECHNICAL SKILLS AND EXPERIENCE IN THEIR RESPONSES TO THIS NOTICE: 1. Complex logistics for remote Alaskan work 2. Work in National Parks and environmentally sensitive sites 3. Winter construction 4. Management of multi-discipline projects.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS00287/listing.html)
- Place of Performance
- Address: Katmai National Park & Preserve, Brooks Camp, Bristol Bay County, King Salmon, Alaska, 99613-0007, United States
- Zip Code: 99613-0007
- Zip Code: 99613-0007
- Record
- SN04136702-W 20160604/160602235122-24633df0841cad744a482c83be68c972 (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 |