SOLICITATION NOTICE
Z -- Muir Woods Valley Water, Sewer, Telecom Rehabilitation
- Notice Date
- 4/18/2019
- Notice Type
- Synopsis
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NPS, PWR - GOGA MABO<br />Building 201, Fort Mason<br />San Francisco<br />CA<br />94123<br />US<br />
- ZIP Code
- 94123
- Solicitation Number
- 140P8619R0005
- Archive Date
- 6/28/2019
- Point of Contact
- Daniska, Kyle
- Small Business Set-Aside
- Total Small Business
- Description
- PRE-SOLICITATION ANNOUNCEMENT GOLDEN GATE NATIONAL RECREATION AREA MUIR WOODS VALLEY WATER, SEWER, TELECOM REHABILITATION RFP No. 140P8619R0005 The National Park Service (NPS), Golden Gate National Recreation Area (GOGA), California, Muir Woods National Monument, located in Marin County, California, has a requirement for the rehabilitation of the Muir Woods Valley water, sewer, and telecom. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, site rehabilitation, clean-up, and demobilization. The Contract Base Work involving waste water collection systems, potable water system improvements, and telecom conduit installation consists of the following, but is not limited to: 1. All the excavation, installation, compaction and asphalt repair associated with the installation of the 2" potable water line and telecom conduits. This includes the installation of the cross-connection control device at the point the 2" connects to the existing 6". The abandonment of the existing services connections and re-connection to the new 2" potable water line. Abandonment of existing pipe connections as shown on contract drawings. Installation and calibration of the Chlorine analyzer and electrical panel. This also includes all traffic control, temporary signs, and temporary restriping required when parking lots are modified for construction and SSWPP installation and maintenance and other work required to complete the installation of the 2" water and telecom conduit per the construction drawings. 2. Gravity sewer system improvements. This includes all trenching, excavation, installation of pipe, manholes, backfilling, and asphalt/surface repairs, vegetation removal, restoration of non-paved surfaces impacted by sewer installation, existing manhole rehabilitation, boardwalk removal and reassembly as required for manhole rehabilitation, traffic control, temporary signs, SWPPP installation and maintenance. Includes rehabilitation of existing manholes that are to remain active. Includes Abandonment of existing manholes and sewer pipe per the construction drawings. Includes jack and bore installation of sewer pipe to avoid wetlands. The Contract Bid Option Work consists of the following, but is not limited to: 1. Open cut and trench installation of sewer line in place of jack and bore method while adhering to the requirements of the wetlands permit provided to contractor by park if this bid option is selected in place of the base bid jack and bore method. 2. This item consists of all materials, equipment, and labor to install a new ductile iron sewer lateral from the NPS Admin building to Manhole 17 below the board walk. A portion of this lateral may be installed above grade on pipe supports. A new connection to and rework of the trough in the manhole will be required. Includes, asphalt cutting, removal, excavation, and replacement for approximately 100 Sq. Ft. 3. This item consists of all materials, equipment, and labor to install a new sanitary service connection from the upper comfort station to existing Manhole MW#19. Contractor shall be responsible for locating the existing service lateral as it exits the building footprint and replacing the pipe and tying the pipe into the existing manhole while maintaining proper slopes. Assume installation of two cleanouts and 100 LF of pipe; tunneling or removal of existing wooden boardwalk/deck and reassembling. 100 square feet of concrete cutting, disposal and replacement. Impacts to restroom during work and provision for alternative public restrooms. The Request for Proposal (RFP) will include five base bid items and three bid options that may be exercised by the Contracting Officer (CO) at the time of award or during contract performance. The disclosure of the magnitude of construction range is estimated to be between $1 million and $5 million. This procurement is set-aside for Small Business (SB) concerns only. The North American Industry Classification System (NAICS) code is 237110; the small business size standard is $36.5 million. The Government intends to award a single, firm fixed price contract. BONDS: All offerors will be required to submit a bid bond for 20% of their total proposed price or $3,000,000, whichever is less. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. Award selection shall be made on a "Trade-Off Best Value" basis. The RFP will be available via electronic commerce only and may be accessed on or about May 3, 2019 at either FBO: http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. The prospective Offeror is responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. A Site Visit will be scheduled on or about May 17, 2019. See Section L of the RFP (when issued) for more information. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in the System for Award Management (SAM) (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. Interested parties may explore the GOGA website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/goga. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor's own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-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/140P8619R0005/listing.html)
- Record
- SN05285639-F 20190420/190418230019 (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 |