Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

Y -- IGF::OT::IGF X:NOGRN Replace Lift Station with Above Ground Lift Station for

Notice Date
7/21/2017
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NPS, NCR East MABO 1100 Ohio Drive, SW Contracting Annex WASHINGTON DC 20242-0001 US
 
ZIP Code
00000
 
Solicitation Number
P17PS02167
 
Response Due
9/4/2017
 
Archive Date
9/19/2017
 
Point of Contact
Murphy, Robert
 
Small Business Set-Aside
Total Small Business
 
Description
IGF::OT::IGF X:NOGRN Replace Lift Station with Above Ground Lift Station for National Mall and Memorial Parks, Washington, DC National Park Service National Capital Region Office of Acquisition 1100 Ohio Drive Washington, DC 20242 ACTION CODE: N/A PROJECT TITLE: NAMA Replace Sewage Lift Station PROPOSED SOLICITATION NUMBER: P17PS02167 CLOSING RESPONSE DATE: Proposal due date is estimated to be 9/4/2017 CONTRACT AWARD NUMBER AND DATE: Number TBD; Date estimated to be 9/15/2017 CONTRACTOR: TBD GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for the project described below. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around 8/4/17. The entire solicitation package, including all attachments, will be available electronically at www.fbo.gov https://www.fedconnect.net Paper copies of this solicitation will not be made available. PROJECT SCOPE: The NPS is seeking qualified construction firms or other qualified firms or organizations to provide general construction services, to include but not be limited to replace one wet well lift station with an above grade wet well mounted plumbing station. PLACE OF PERFORMANCE: The National Capital Region (NCR) campus is located at 1100 Ohio Drive, SW, Washington, DC, 20024. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $100,000 and $250,000. PROCUREMENT TYPE: The Government anticipates awarding a firm-fixed price construction contract to meet this requirement. SET-ASIDE: This acquisition will be a 100% Small Business Set-aside. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 237110 and the small business size standard is $36,500,000. PRODUCT SERVICE CODE (PSC): Z2QA, Repair/Alter “ Restoration of Real Property. BONDS: All offerors will be required to submit proof of their bonding capacity with their proposal. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be 90 days from the start date on the Notice to Proceed. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled on or around 8/15/2017. Specific details regarding the site visit will be provided in the solicitation. SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Trade Off. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be 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. Offerors will be required to complete Online Representations and Certifications at the SAM website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS02167/listing.html)
 
Record
SN04590521-W 20170723/170721235452-a9b40fce25f56fa0d1d088236afd20cb (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.