Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
SOLICITATION NOTICE

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

Notice Date
6/6/2016
 
Notice Type
Presolicitation
 
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
P16PS01510
 
Response Due
7/20/2016
 
Archive Date
8/4/2016
 
Point of Contact
Welch, Sarah
 
E-Mail Address
Click to e-mail the C.O.
(Sarah_Welch@nps.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This pre-solicitation notice announces a future solicitation and contract for painting the exteriors of several historic buildings at Fort Vancouver National Historic Site in Vancouver, WA, and Oregon City, OR. The electronic Request for Proposals (RFP) will be available on approximately June 20, 2016, at www.FBO.gov. PROJECT DESCRIPTION: The work of this contract consists of the preparation, repair, priming, and painting of the exterior of various historic structures. Painting surfaces include exterior trim and moldings, exterior doors and windows, exterior siding, masonry, decking, railings, and stairs. Coatings may include primers, lead control primers, oil base and latex paints, solid coat and semi-transparent stains, polyurethanes, and lacquers. Prior to painting it may be necessary to repair some surfaces to an acceptable condition. The buildings included in this contract are historic and it is highly likely that exterior surfaces contain lead-based paint; asbestos-containing materials may also be present. Several buildings will be occupied and open to the public during contract performance. The RFP price schedule includes three buildings as the base award, with four additional buildings listed as options. The Government may exercise options for the additional buildings at award or up to 60 days thereafter, in any combination or quantity at its sole discretion. Additional details will be provided in the Statement of Work and drawings posted with the Request for Proposals. A bid (offer) guarantee (20%), payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. PROJECT LOCATION: Most buildings are located within ½ square mile of one another and of the park's administrative building at 612 E. Reserve St, Vancouver, WA 98661. One building, the McLoughlin House, is located at 713 Center Street, Oregon City, OR 97045. Maps and information about the park may be viewed at www.nps.gov/FOVA. SITE VISIT: A site visit will be held on Wednesday, June 29, 2016, at 10:00 am. Attendance at the site visit is strongly encouraged (not mandatory). More details will be provided in the RFP. DETAILS: This is a best value procurement set-aside for eligible women-owned small business (WOSB) concerns in accordance with FAR Part 19.15. The NAICS code for this project is 238320 and the small business size standard is $15 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 Davis-Bacon Act. In accordance with FAR 36.204, the estimated magnitude of this construction project is between $250,000 and $500,000 for the base items, with the potential value as high as $700,000 if all options are exercised. The RFP will require offerors to submit both a technical and a price proposal; the government will consider an offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Prior to the solicitation closing date, all offerors must establish and/or maintain an active registration and complete the online representations and certifications at www.SAM.gov as well as comply with the WOSB program requirements in FAR Part 19.15. The solicitation (RFP) will be issued electronically and posted on the Federal Business Opportunities (www.fbo.gov) website on approximately June 20, 2016. Responses will be due approximately 30 days thereafter, unless extended. The entire solicitation package, including drawings and specifications, will be in Microsoft Word and Adobe PDF. Offerors will submit their proposals in digital format per instructions included in the solicitation. Prospective offerors must visit FBO periodically to check for amendments and other changes to the contract documents; no notifications will be sent. No paper copies of the solicitation will be mailed or issued. All eligible responsible sources may submit an offer which shall be considered by the National Park Service, however offerors who have not completed the SAM or WOSB requirements prior to the RFP due date and time will be considered either ineligible or non-responsive and will not be considered for award. The Government reserves the right to cancel this solicitation. For more information, contact the Contracting Officer at sarah_welch@nps.gov. Contracting Office address: North Cascades NPS Complex, 810 State Route 20, Sedro-Woolley WA 98284.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01510/listing.html)
 
Record
SN04139463-W 20160608/160606234441-9a0e12737951c012da3f7b727b9062eb (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.