Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOLICITATION NOTICE

Y -- Construction Services: Construct Law Enforcement Facility, Hains Point, Washington D.C. NPS PMIS # NCRO-201541 - Proposal Submission Pkg - Solicitation Clauses & Provisions - Attachment 3 - DB Wage Rates - Attachment 2 - Drawings - Attachment 1 - Specifications

Notice Date
7/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building 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
P16PS01045
 
Point of Contact
Alan Stormont, Phone: (303) 969-2117, Albert Omara, Phone: (303) 969-2056
 
E-Mail Address
alan_stormont@nps.gov, Albert_Omara@nps.gov
(alan_stormont@nps.gov, Albert_Omara@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
NCRO-201541 Specifications: Volume 2: Sections 23-33 NCRO-201541 Specifications: Volume 1: Sections 01-22 Attachment 2d to P16PS01045 NCRO-201541 Contract Section J, Dwgs 161 to 215 of 215 sheets identified Attachment 2c to P16PS01045 NCRO-201541 Contract Section J, Dwgs 101 to 160 of 215 sheets identified Attachment 2b to P16PS01045 NCRO-201541 Contract Section J, Dwgs 041 to 100 of 215 sheets identified--sheet 055 not provided Attachment 2a to P16PS01045 NCRO-201541 Contract Section J, Dwgs 001 to 040 of 215 sheets identified--sheets 027 and 039 not provided Attachment 3B to P16SP01045 Contract Section J - Construction Wage Decision (Davis-Bacon Wage Rates): General Decision Number: DC160002 DC2 Attachment 3a to P16SP01045 Contract Section J - Construction Wage Decision (Davis-Bacon NPS Solicitation P16PS01045 - SF-1442, Contract Clauses and Provisions P16PS01045 Volume II - Business Proposal - Subcontracting Plan (MS Word) P16PS01045 Volume II - Business Proposal - Representations, Certifications and Other P16PS01045 Volume II - Business Proposal - Proposed Equals Form (MS Word) P16PS01045 Volume II - Business Proposal - Hazardous Materials Identification Listing Form P16PS01045 Volume II - Business Proposal - General References Form (MS Word) P16PS01045 Volume II - Business Proposal - Contract Price Schedule (MS Excel) P16PS01045 Volume II - Business Proposal - Contract Price Schedule (Contract Section B) P16PS01045 Volume II - Business Proposal - SF-24, Bid Bond (fillable PDF) P16PS01045 Volume II - Business Proposal - SF-1442, Solicitation, Offer, and P16PS01045 Volume II - Business Proposal - cover page P16PS01045 Volume I - Technical Proposal & Past Performance - Past Performance P16PS01045 Volume I - Technical Proposal & Past Performance - Key Personnel Qualifications Form (MS Word) P16PS01045 Volume I - Technical Proposal & Past Performance - Experience Questionnaire P16PS01045 Volume I - Technical Proposal & Past Performance - cover page P16PS01045 Proposal Submission Package Index (reference only) P16PS00008 Volume I - Technical Proposal & Past Performance - Subcontractor Form (MS Word) SYNOPSIS : Pre-solicitation was issued on May 26, 2016. This is a full and open competitive acquisition. Contract award is subject to the availability of funds. Any and all questions regarding this Solicitation should be emailed to both the Contract Specialist, Alan Stormont, at alan_stormont@nps.gov and the Contracting Officer, Al O'Mara, at albert_omara@nps.gov. GENERAL : The National Park Service, Department of Interior, is soliciting proposals from construction firms having the capability to perform the work described below. Specific instructions on submitting proposals will be contained in the solicitation documents. Proposals for this solicitation are due no later than 4:00 p.m. Mountain Time, on Monday, August 15, 2016. The entire solicitation package with all attached documents are available in Microsoft Word, HTML, and/or Adobe PDF. Specifications and drawings considered sensitive material and have been password protected. Interested vendors need to request password access to these documents via email by contacting both the Contract Specialist, Alan Stormont, at alan_stormont@nps.gov and the Contracting Officer, Al O'Mara, at albert_omara@nps.gov. Email with the name of your company and your DUNS number, if available. Paper copies of this solicitation will not be made available. PROJECT DESCRIPTION : The Government plans to solicit for, and award, a contract for the construction of a new law enforcement facility on Hains Point at the NCRO campus, which will be one story and approximately 13,000 gross square feet (80 feet by 160 feet) of concrete and masonry construction. The new facility will be sited where existing temporary administration buildings are located and which will be demolished and removed as part of the project. The new facility will include prisoner processing and holding, administrative offices, roll call, a kitchen, a gymnasium, locker rooms, restrooms and sally port. The site development includes the addition of a police entry off the I-395 ramp, 80 police parking spaces, 6 visitor parking spaces, 2,800 sq. ft. covered motorcycle parking, sidewalks, landscaping walls, landscaped areas, a security perimeter fence, as well as, sufficient fill to reach 3 feet over the base 100 year flood elevation. Underground utility connections for water, sewer, electrical, fiber optic, telecom and gas will also be required. Specialized construction requirements include ballistic/blast protection and extensive electronic security systems (control, circuit, detection and protection). PROCUREMENT TYPE : A competitively negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The Government will consider an offeror's technical capability in comparison to its price to determine the best value (trade-off process) to the Government. SET-ASIDE TYPE : The anticipated acquisition will be unrestricted. NAICS CODE : The primary NAICS Code for this project is 236220 - Commercial and Institutional Building Construction. Small business size standard is $36.5 million. MAGNITUDE : In accordance with FAR 36.204, the project magnitude is estimated to be between $7.5 million and $10.5 million. DURATION : The anticipated contract duration will be roughly 600 days, November 2016 - June 2018. PRE-PROPOSAL SITE VISIT : An organized pre-proposal site visit has been scheduled for Thursday, July 21, 2016, at 9:30 AM EST at the East Potomac Park Maintenance Facility, 1100 Ohio Drive SW, Washington, DC, 20024. The walkthrough will begin with a brief introductory meeting in the East Potomac Park Maintenance Facility Conference Room and then we will review the specific areas of the projects. ADDITIONAL INFO : Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website includes an Interested Vendors List and a Watch List, which allows interested companies to add their company name to these two lists. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. 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, 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 Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. You are required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Online Representations and should be filled out in SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS01045/listing.html)
 
Place of Performance
Address: Hains Point, Washington D.C. - 1100 Ohio DR SW, Washington, District of Columbia, 20624, United States
Zip Code: 20624
 
Record
SN04182777-W 20160716/160714234947-f9df689467c9d812d7f74121acbc0e67 (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.