Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
MODIFICATION

Z -- REPLACE VC EXTERIOR DOORS AT GERO

Notice Date
4/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
NPS, MWR - Missouri MABO 413 S. Eighth Street Springfield IL 62701-1905 US
 
ZIP Code
00000
 
Solicitation Number
140P6218R0014
 
Point of Contact
Logsdon, Kathryn
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
UPDATE OF 4/13/2018 for PRESOLICITATION NOTICE for RFP 140P6218R0014 - REPLACE VISITOR CENTER DOORS AT GEORGE ROGERS CLARK NATIONAL HISTORICAL PARK The site visit for this requirement remains scheduled for Tuesday, April 17, 2018 at 11:00 a.m. eastern time at George Rogers Clark National Historical Park, Visitor Center, 401 S. Second Street, Vincennes, IN 47591 Due to unforeseen events, the solicitation has not yet posted but will be accessible online via www.fbo.gov and www.fedconnect.net no later than 6:00 p.m. central time on Saturday, April 14, 2018. _____________________ PRESOLICITATION NOTICE for RFP 140P6218R0014 DESCRIPTION: On or about April 2, 2018, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, intends to issue a Request for Proposal (RFP) 140P6218R0014 to solicit proposals for replacement of exterior doors at the Visitor Center at George Rogers Clark National Historical Park, located at 401 S. Second Street, Vincennes, IN 47591. SUMMARY: The work will consist of the Contractor providing all labor, supervision, materials, tools, equipment, supplies, transportation, vehicles and other items, services and incidentals necessary to replace existing exterior doors at five (5) locations within the Visitor Center at the George Rogers Clark National Historical Park, located at 401 S. Second Street, Vincennes, IN 47591. Contractor will provide new doors, components and hardware, and perform installation in accordance with the specifications and scope of work (which will be posted with the forthcoming solicitation), and remove and dispose of existing doors, components, and hardware. Replacement doors are to be of similar composition as existing doors; that is, existing glass doors are to be replaced with new glass doors, existing solid doors are to be replaced with new solid doors. a. Location #1: The main accessible entrance has two (2) sets of double glass doors and transom above each set. This entrance also has a handicap/ADA door opener and accessible pad. Also install door opener on new doors connecting into present equipment for a functional accessible entrance. b. Location #2: The secondary entrance has two (2) sets of double glass doors and transom above each set. c. Locations #3 and #4: Auditorium Fire Exits each have one (1) set of solid double doors. d. Location #5: Lower level has a single glass door. e. All entrance doors to be provided with closers. f. All door thresholds are to be replaced and be handicap/ADA compliant. g. All doors have intrusion detection devices that are to be removed and reinstalled or replaced, and be fully integrated and functional with the Park's existing security system. h. Contractor is to provide and install Best Lock mechanisms. The Park will provide the cores. i. All work required by the project documents, which will be posted with the solicitation, will be accomplished by the Contractor even though minor items/services required to satisfactorily complete the work may not be specifically mentioned. j. The work of this project is to be performed during the Park ¿s normal business working hours of 7:00 a.m. to 4:00 p.m. eastern time, Monday through Friday, except when otherwise indicated. All federally-recognized holidays will be observed during the course of the contract. The building will be occupied by Park staff, and frequented by visitors and guests throughout contract performance; therefore, Contractor is expected to coordinate with the Park's Representative and conduct the work so as to minimize disruption to Park operations to the extent practical. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded in the mid to late May 2018 timeframe. Award will be made to only one successful offeror. Davis Bacon Prevailing Wages will apply. ALTERNATE PAYMENT PROTECTION: Within ten (10) calendar days from the date of contract award, the Contractor will be required to provide to the Contracting Officer, alternate payment protection in the form of a payment bond or an irrevocable letter of credit. The protection amount shall be for 100% of the contract price. PERIOD OF PERFORMANCE: Contractor shall not begin on-site work until after June 10, 2018. The period of performance will be one hundred twenty (120) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. This also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. MAGNITUDE OF PROJECT: Between $25,000 and $100,000. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238290. SMALL BUSINESS SIZE STANDARD: $15.0 million SET ASIDE: This opportunity is set aside for Service Disabled Veteran-Owned Small Business (SDVOSB) concerns. The Veterans Benefit Act of 2003 (15 U.S.C. 657f) created the procurement program for small business concerns owned and controlled by service-disabled veterans, commonly referred to as the "Service-disabled Veteran-owned Small Business (SDVOSB) Procurement Program". Pursuant to FAR Subpart 19.1403(b), at the time that a service-disabled veteran-owned small business concern submits its offer, it must represent to the contracting officer that it is a - (1) Service-disabled veteran-owned small business concern; and (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the procurement. Also note the contract performance cost for personnel as stated in FAR 52.219-27(d)(4). "(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns." SITE VISIT: There will be only one scheduled pre-proposal site visit. The location, date, and time for that site visit is as follows: Location: George Rogers Clark National Historical Park Visitor Center 401 S. Second Street Vincennes, IN 47591 Date: Tuesday, April 17, 2018 Time: 11:00 a.m. eastern time Offerors are encouraged and expected to attend the scheduled site visit, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Persons planning to attend should contact the Contracting Officer by e-mail prior to 4:00 p.m. eastern time on Monday, 4/16/2018 informing her of your intention to attend. Contracting Officer:Kathryn M. Logsdon E-mail: kathryn_logsdon@nps.gov PUBLICIZING: The official solicitation package (RFP) is anticipated to be issued and available on or about Monday, April 2, 2018 and will be posted to the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The keyword/solicitation/reference number for the solicitation will be RFP 140P6218R0014. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the offerors to monitor the FBO and FedConnect websites to download the solicitation, specifications and drawings, other attachments, and all amendments issued against the solicitation. This Presolicitation Notice does not constitute a solicitation; it is only advance notification that a solicitation for proposals will be forthcoming. All contract specification documents shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response time for submission of all proposals along with the method in which proposals are to be submitted and the criteria used to evaluate the proposals will be announced in the forthcoming solicitation. This will be a competitive selection subject to FAR 15.101-1, Tradeoff Process. The Government will make a single award of a firm fixed-price construction contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation requirements, will be the best value and most advantageous to the Government when applying the trade-off methodology of evaluation for selection. REGISTRATION: Pursuant to FAR Subpart 19.1403(b), at the time that a service-disabled veteran-owned small business concern submits its offer, it must represent to the contracting officer that it is a - (1) Service-disabled veteran-owned small business concern; and (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the procurement. All offerors are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a service-disabled veteran-owned small business under the NAICS Code of 238290, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful offeror to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful offeror. *NOTE: Unique Entity Identifier (UEI) number - formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218R0014/listing.html)
 
Place of Performance
Address: George Rogers Clark National Historical Park Visitor Center 401 S. Second Street Vincennes IN 47591-1001 USA
Zip Code: 47591-1001
 
Record
SN04888781-W 20180415/180413230631-0cabc00d669492bf836ee3ed4baf53e2 (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.