SOLICITATION NOTICE
Y -- Entrance Station Construction, NPS-PINN
- Notice Date
- 4/12/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NPS, PWR - PORE MABO<br />Point Reyes National Seashore<br />1 Bear Valley Road<br />Point Reyes Station<br />CA<br />94956-9703<br />US<br />
- ZIP Code
- 94956
- Solicitation Number
- 140P8419R0006
- Point of Contact
- Gardner, Alanna
- Small Business Set-Aside
- Total Small Business
- Description
- Replace the East Entrance Station Near the New Pinnacles National Park Boundary, Pinnacles National Park, San Benito County, California. The National Park Service has a requirement to replace the East Entrance Station near the new Pinnacles National Park boundary, located within Pinnacles National Park in San Benito County, California. The work includes pavement demolition, and construction of a new entrance station and support building, and related grading, sitework and utilities. The project is designed to comply with green building criteria as specified in the Construction Documents. Base line item work includes Construct the Complete Entrance Station Kiosk Building as shown on the Construction Documents (this item consists of all materials and labor required to construct the complete building including all foundations, superstructure, exterior finishes, interior finishes, roofing systems, insulation systems, interior construction, fixed furnishings, mechanical and plumbing systems, electrical, alarm and communications systems); Provide Site Demolition; provide Site Excavation, Grading and Erosion Control; and Construct Roads, Island, Unpaved Shoulders, Drainage Features and miscellaneous amenities as shown on the Construction Documents (this item consists of all materials and labor required to demolish existing roadway and other indicated features, excavate and grade the site, and provide erosion control; and to construct new roadway and island, patch existing roadway, construct other paved and stabilized areas, drainage features and miscellaneous site amenities); Construct Site Electrical and Data Utilities as shown on the Construction Documents (this item consists of all materials and labor required to construct Site Electrical and Data Utilities, including but not limited to trenching, conduit, vaults, connections and hardware). Option line item work includes Construct the Complete Support Building as shown on the Construction Documents (this item consists of all materials and labor required to construct the complete building including all foundations, superstructure, exterior finishes, interior finishes, roofing systems, insulation systems, interior construction, fixed furnishings, mechanical and plumbing systems, electrical, alarm and communications systems); Construct Paving as shown on the Construction Documents (this item consists of all materials and labor required to construct pedestrian and vehicular paving, curbs, striping, miscellaneous site amenities and related materials); Construct Water and Wastewater Systems as shown on the Construction Documents (this item consists of all materials and labor required to construct complete water supply and wastewater disposal systems, including related excavation). Per FAR 36.204 the project range is estimated to be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) Code for this requirement is 236220, with a corresponding size standard of $36.5 million in annual gross receipts for the past three years. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. The Request for Proposal (RFP) will be available on/about April 27, 2019 by electronic means only and can be downloaded along with all related attachments from the Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov. The RFP will close 30 days from the actual date of issuance. The Contractor is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, fixed price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (Relevant Experience, Technical Competence of Key Personnel, California Contractor State License Classification, Scheduling and Project Management, and Past Performance) as listed in the Request for Proposal (RFP). Award is subject to the availability of funding at the time of award. A Site Visit will be scheduled. See Section L of the RFP (when issued) for more information. While note required, attendance at the Site Visit is highly recommended. Interested parties may explore the Pinnacles National Park website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/PINN. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8419R0006/listing.html)
- Place of Performance
- Address: Pinnacles National Park<br />Paicines<br />CA<br />95043<br />USA<br />
- Zip Code: 95043
- Country: USA
- Zip Code: 95043
- Record
- SN05279918-F 20190414/190412230014 (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 |