Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2017 FBO #5770
MODIFICATION

Y -- Replace Visitor Center to Correct Serious Safety Deficiencies to Enhance Visitor Experience - Solicitation 1

Notice Date
9/8/2017
 
Notice Type
Modification/Amendment
 
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
P17PS01828
 
Response Due
10/11/2017 2:00:00 PM
 
Point of Contact
Joy Ewalt, Phone: 303-969-2394, Dave Thomas, Phone: (303) 969-2831
 
E-Mail Address
joy_ewalt@nps.gov, Dave_Thomas@nps.gov
(joy_ewalt@nps.gov, Dave_Thomas@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Fillable Cost Price Schedule Proposal Submission Pkg. Volume II Proposal Submission Pkg. Volume I Sustainability Checklist Davis Bacon Wage Determinations Drawings Supplemental Specifications Specifications Solicitation ACTION: Solicitation Notice SOLICITATION NUMBER: P17PS01828 CLASSIFICATION CODE: Y1JZ CONTRACTING OFFICER: David E. Thomas DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver, CO 80225 POINT OF CONTACT: Joy Ewalt, Contract Specialist, 303-969-2394, joy_ewalt@nps.gov PLACE OF PERFORMANCE: Apostle Island National Lakeshore, Bayfield, WI PLACE OF PERFORMANCE POSTAL CODE: 54814-4809 PLACE OF PERFORMANCE COUNTRY: USA Titl Title of Project: Replace Visitor Center to Correct Serious Safety Deficiencies and Enhance Visitor Experience GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a Competitive Small Business Set-Aside basis from interested small businesses having the capability to perform the work described below. This solicitation is being issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov. Proposal documents are available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications are available in Adobe PDF format; and drawings are available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company's interest. Registering provides the opportunity to receive notifications; this 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 solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government. Specific instructions on submitting your proposal are contained in this solicitation. Proposal Receipt Date: October 11, 2017 by 2:00 pm MT. The NAICS Code for this requirement is 236220 with a size standard of $36.5 million. DESCRIPTION: The National Park Service (NPS), Department of Interior, is seeking responses from Competitive Small Business construction contractors who have the capability and interest in a single construction contract for the removal and replacement of the existing Little Sand Bay visitor center. The new visitor center will be approximately 63% smaller than the existing facility. Little Sand Bay (LSB) is 13 miles northwest of the park's main visitor center which is located in Bayfield, Wisconsin. Situated near the eastern end of the park's mainland unit, LSB serves as the principal launch area for overnight kayak trips into the park archipelago, and is one of two primary day-use launch areas within APIS. This project will remove and replace the existing LSB visitor center. The project would deconstruct the existing 3,834 square foot building and mitigate environmental contamination known to be on site including the fuel contaminated soil beneath the structure. The new visitor center will be approximately 63% smaller than the existing facility. The new visitor center will feature an exterior covered space to be used for orientation, wayfinding, safety, and interpretive exhibits. Exterior kiosks will provide visitor services when the new visitor center is closed. The project will include, but not be limited to, the following: • Provide and maintain construction schedule • Health and Safety Plan • Quality Control Program • Secure work area • Asbestos abatement • Existing building demolition • Remediation of contaminated soil • Site layout, grading, site utilities, and concrete flatwork • Construct concrete foundation system • Construct new building • Create and provide operations and maintenance manual • Provide as-constructed drawings Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. Estimated Price Range: $1 million - $5 million Estimated Period of Performance: November-2017 - December 2018 NOTE: An organized site visit has been scheduled for: September 19th, 2017, 9:00 am Participants will meet at: Apostle Islands National Lakeshore, 415 Washington Avenue, Bayfield, WI 54814. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS01828/listing.html)
 
Place of Performance
Address: Apostle Island National Lakeshore, Bayfield, Wisconsin, 54810, United States
Zip Code: 54810
 
Record
SN04668454-W 20170910/170908231549-f21d56797f6bed287f0e88de2d288708 (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.