Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2019 FBO #6364
SOLICITATION NOTICE

Z -- RESTRIPE ROADWAY/PARKING AREAS - GULF ISLANDS NS

Notice Date
4/25/2019
 
Notice Type
Synopsis
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NPS, SER - West MABO<br />2680 Natchez Trace Parkway<br />Tupelo<br />MS<br />38804<br />US<br />
 
ZIP Code
38804
 
Solicitation Number
140P5219Q0023
 
Response Due
5/24/2019
 
Archive Date
6/8/2019
 
Point of Contact
Ward, Evans
 
Small Business Set-Aside
Total Small Business
 
Description
RESTRIPE ROADWAY/PARKING AREAS - GULF ISLANDS NS FT PICKENS RD SYNOPSIS: The National Park Service, Southeast Region, West Major Acquisition Buying Office, has a requirement for a firm-fixed price minor construction contract. ACQUISITION METHOD: This acquisition is being issued as a Request for Quotation (RFQ) in accordance with the simplified acquisition method and procedures in FAR Subparts 13, 14 and 36, to include the use of Standard Form 1442, SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair). MAGNITUDE OF CONSTRUCTION: SCOPE: This project will restripe the centerline markers, stop bars, diagonal markers and fog lines with paint as specified in SOW to extend durability on the 5 mile stretch of Fort Pickens Road and Parking Lots owed by Gulf Islands National Seashore from the boundary on Pensacola Beach to the Ranger Life Saving Station. Main Road (26,400 LF), Parking Lot #21 (8,990 LF), Parking Lot #22 (8,742 LF). All striping and accessibility space identification shall meet all codes and laws. Optional bid 1 and 2 is for the restripe Park headquarters parking area in either paint or thermoplastic. Work includes, but not limited to, Parking Lot Line Striping to include Accessible Parking Spaces, Re-striping existing stalls, ADA approved handicap stalls and stencils, Directional arrows, Blacking out of old or unnecessary markings. ESTIMATED PRICE RANGE (BASE AND BID ADDITIVES): between $100,000 and $250,000. PERIOD OF PERFORMANCE: 90-Days Base | 120 Days BID OPTION after Notice To Proceed, approximately (JUN-SEP 2019) SET-ASIDE: 100% small business under NAICS code 237310 with size standard of $36.5 in millions of dollars. BONDING REQUIREMENTS: Pursuant to 40 U.S.C. 3132, for construction contracts greater than $35,000, but not greater than $150,000, the contracting officer shall select two payment protections alternatives: (i) A payment bond (SF 25A). (ii) An irrevocable letter of credit (ILC). The contractor shall submit to the Government all requite bonds or alternative payment protection, including any necessary reinsurance agreements, before receiving a notice to proceed with the work or being allowed to start work. PRICING fixed-price construction contracts. (a) Generally, firm-fixed-price contracts shall be used to acquire construction. They may be priced- (1) On a lump-sum basis (when a lump sum is paid for the total work or defined parts of the work), (2) On a unit-price basis (when a unit price is paid for a specified quantity of work units), or (3) Using a combination of the two methods. (b) Lump-sum pricing shall be used in preference to unit pricing except when- (1) Large quantities of work such as grading, paving, building outside utilities, or site preparation are involved; (2) Quantities of work, such as excavation, cannot be estimated with sufficient confidence to permit a lump-sum offer without a substantial contingency; (3) Estimated quantities of work required may change significantly during construction; or (4) Offerors would have to expend unusual effort to develop adequate estimates. RESPONSE DUE DATE: The deadline for the submission of responses is 30 days after notice published in FBO on or before 05/24/2019 at 10:00 AM (CT local time). All quotations or offers that are timely received electronically via FedConnect.net or Email: andre_ward@nps.gov shall be considered. If the contracting officer receives only one acceptable offer from a responsible small business concern in response to a set-aside, the contracting officer should make an award to that firm. If the contracting officer receives no acceptable offers from responsible small business concerns, the set-aside shall be withdrawn and the requirement, if still valid, shall be resolicited on an unrestricted basis. Construction cost estimate for work -- Typically a signed contract can be used as the construction cost estimate -- Additionally, please provide a cost break down for each type of work proposed Before making award, the contracting officer must determine that the proposed price is fair and reasonable. (1) Whenever possible, base price reasonableness on competitive quotations or offers. (2) If only one response is received, include a statement of price reasonableness in the contract file. The contracting officer may base the statement on- (i) Market research; (ii) Comparison of the proposed price with prices found reasonable on previous purchases; (iii) Current price lists, catalogs, or advertisements. However, inclusion of a price in a price list, catalog, or advertisement does not, in and of itself, establish fairness and reasonableness of the price; (iv) A comparison with similar items in a related industry; (v) The contracting officer ¿s personal knowledge of the item being purchased; (vi) Comparison to an independent Government estimate; or (vii) Any other reasonable basis. (3) Occasionally an item can be obtained only from a supplier that quotes a minimum order price or quantity that either unreasonably exceeds stated quantity requirements or results in an unreasonable price for the quantity required. In these instances, the contracting officer should inform the requiring activity of all facts regarding the quotation or offer and ask it to confirm or alter its requirement. The file shall be documented to support the final action taken. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-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/140P5219Q0023/listing.html)
 
Place of Performance
Address: Gulf Islands National Seashore<br />Florida District<br />Fort Pickens Area<br />Naval Live Oaks Area<br />1801 Gulf Breeze Parkway<br />Gulf Breeze<br />FL<br />32563<br />USA<br />
Zip Code: 32563
Country: USA
 
Record
SN05292584-F 20190427/190425230007 (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.