Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
SOURCES SOUGHT

Z -- DEMOLITION SERVICES TO REMOVE BUZZARD POINT DOCKS FOR NA

Notice Date
6/20/2016
 
Notice Type
Sources Sought
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NPS, NCR - Regional Contracting Acquisition Management Division 1100 Ohio Drive SW Contracting Anne Washington DC 20242-0001 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01726
 
Response Due
7/22/2016
 
Archive Date
8/6/2016
 
Point of Contact
Rickard, Stacey
 
Small Business Set-Aside
Total Small Business
 
Description
DEMOLITION SERVICES TO REMOVE BUZZARD POINT DOCKS FOR NATIONAL CAPITAL PARKS EAST THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is seeking to identify QUALIFIED SMALL BUSINESS SOURCES under 2016 North American Industry Classification System (NAICS) 238910, Site Preparation Contractors (Size Standard - $15 Million). 1. Project Information: The National Park Service, National Capital Region, National Capital Parks East (NACE) requires a construction project for removal of floating docks, gangways, and associated hardware at Buzzard Point Marina in exchange for their reuse/salvage value. Location: Buzzard Point Park Marina, Washington DC (Intersection of V St and Half St SE). NACE is seeking interested Contractors to remove floating docks, gangways, and associated hardware at Buzzard Point Marina in exchange for their reuse/salvage value. The project will consist of removing all existing docks, gangways, and associated hardware (excluding pilings) and obtaining all necessary permits to conduct work. Preliminary scoping has revealed that a USACE Section 404 permit is not required, but that a District of Columbia Department of Energy and the Environment (DOEE) Water Quality Best Management Plan may be required. Remove 1,016 lf of floating docks that are 7-to-8 feet wide and all associated hardware and ramps. The existing docks are modular fiberglass flotation units, with metal and wooden structural members. Decking ranges from diamond plate steel, creosote treated wood, and solid surface fiberglass. Most decking is covered in non-skid paint. Remove the 2 aluminum gangways connecting the docks to the shoreline. One gangway is 30 feet long and 3 feet wide; the second is 62 feet long and 4 feet wide. All utilities must be disconnected prior to removal. All boats will be removed by their owners or the NPS prior to dock removal. This project does not include piling removal. The decking of the docks to be removed consists of: ¿Solid Fiberglass Decking= 314 linear ft. ¿Solid Fiberglass Decking w Diamond Plate Steel Tred= 440 linear ft. ¿Creosote Treated Wood Decking = 262 linear ft. The selected Contractor shall have access to the secured site, including parking, staging, and use of restroom facilities (see Site Plan and Site Photographs). There is also a 9 feet wide boat ramp on site that can be used by the Contractor. Purpose: As the marina is closing, the docks and gangways are surplus material and are not needed on site. Estimated Construction Magnitude: $50,000 to $100,000 ¿ This magnitude is provided as an estimate for what the government thinks the demolition will cost and for what the contractor may receive as reuse/salvage value for the material removed. Period of Performance: 60 calendar days after Notice to Proceed. Estimated Notice to Proceed is September 2016. 2. Submission Requirements: The Government invites small business contractors that possess the qualifications for the requirement and are interested in proposing on this contract in the future, to submit a response. The response shall clearly demonstrate the capabilities described below so that the NPS can verify and evaluate for potential small business set-asides. A. Experience/Past Performance in performing similarly described demolition construction services. B. Experience/Past Performance in performing marine construction services. C. Experience/Past Performance in prime contract management, managing many different disciplines for the Federal Government. All examples of experience/past performance shall include at a minimum: Role on project (prime or subcontractor), Project Period of Performance, Dollar Value, Scope, Percentage Self-performed and current Point of Contact for a reference. D. Financial capabilities for bonding this project. E. In house resources for managing this project. F. A description of how the self-performance requirement of 15% as required by FAR clause 52.219-14 will be satisfied. G. The company's DUNS number. The Capability Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate expertise and experience in relation to similar requirements. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Please indicate your interest and/or ability to provide all services in the Description of Work. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. Only electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought may be emailed to Stacey Rickard at stacey_rickard@nps.gov with the title "NACE Buzzard Point Demolition." Responses must be received no later than July 22, 2016, by 1400 (2:00 PM) Eastern Time. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01726/listing.html)
 
Record
SN04155723-W 20160622/160620234750-57ba60077ab0d76f58d0cc77ae8bcaf2 (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.