Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

F -- AMEND 0001-FOVA - DU-NE-1 SOIL REMEDIATION

Notice Date
12/2/2019 12:27:15 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8319R0013
 
Response Due
12/13/2019 8:59:59 PM
 
Archive Date
12/28/2019
 
Point of Contact
Joe, Nadine
 
E-Mail Address
nadine_joe@nps.gov
(nadine_joe@nps.gov)
 
Awardee
null
 
Description
Amendment 0001: Please see attached Amendment 0001 which adds the site visit notes, questions and answers, change in SOW, Terms and Conditions and change in CLIN. Also, the Amendment changes the solicitation response date to Friday, December 13, 2019, 1700 Pacific Standard. The offeror must acknowledge the amendment and changes within and will submit with the original SF-1442 and documents required for submission.REQUEST FOR PROPOSAL #140P8319R0013 is for remediation of targeted soil removal and to restore to safe levels for visitors and employees as directed at the Decision Unit Northeast-1 (DU-NE-1) Site at the Ft. Vancouver Historic Site, in Vancouver Washington. In addition, the contractor will dispose 11 steel drums (55 gallon type) previously stockpiled with potentially lead contaminated soil. Additional details are provided in the Statement of Work, Attachment 1.PROJECT LOCATION. Ft. Vancouver National Historic Site (FOVA), Decision Unit Northeast-1 (DU-NE-1) Site, 612 E. Reserve St., Vancouver, Washington in Clark County. The NAICS code for this project is 562910 Remediation Services and the small business size standard of 750 employees. All work will be performed under a single firm fixed priced construction contract subject to the Contract Wage (Construction) Statue. The estimated magnitude of this construction project, including options, is between $250,000 and $500,000.A site visit is scheduled for Tuesday, November 12, 2019 at 10:00 a.m. (PST) at the DU-NE-1 Site. Meet at Building 704-See Attachment 8, Site Visit Information Map.See attached solicitation no. 140P8319R0013 for the soil remediation services for Ft. Vancouver National Historic Site. -----------------------------------------------------------------------------------------This is a pre-solicitation notice announcing its intent to issue a Request for Proposals (RFP), #140P8319R0013 which will be posted approximately before/after August 22, 2019 for remediation of targeted soil removal and to restore to safe levels for visitors and employees as directed at the Decision Unit-Northeast-1 (DU-NE-1) Site at the Ft Vancouver National Historic Site, in Vancouver, Washington. In addition, the Contractor will dispose steel drums (55-gallon type) previously stockpiled with potentially lead contaminated soil. Additional details will be provided in the Specifications and Statement of Work posted with the Request for Proposals. This is not the full solicitation; proposals are not requested at this time. All pertinent details will be provided in the solicitation.A bid (offer) guarantee (20%), payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance.PROJECT LOCATION: The project location is at Fort Vancouver National Historic Site, at the Decision Unit-Northeast-1 (DU-NE-1) Site, 612 E. Reserve St, Vancouver, Washington in Clark County. SITE VISIT: A group site visit will occur however, the specific date, time, and pertinent details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory) an expected to attend the scheduled site visit to inspect the conditions that may affect the offeror�s cost and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award due to failure of initial inspection. Requests for individual site visits may or may not be honored.DETAILS: This is a best value negotiated procurement set-aside for all small business concerns in accordance with FAR Part 19.15. The NAICS code for this project is 562910, Remediation Services with an associated small business size standard of 750 employees. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. The contractor will have 210 calendar days to complete the project after the Notice to Proceed is issued. The estimated magnitude of this construction project is between $250,000 and $500,000.The RFP and future amendments will be posted at www.FBO.gov on approximately August 22, 2019. Responses will be due approximately 30 days thereafter, unless extended. The entire solicitation package, including specifications and scope of work, will be in Adobe PDF. Offerors will submit their proposals in digital format per instructions included in the solicitation. The RFP will require offerors to submit both a technical and a price proposal; the government will consider an offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value.Offerors 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 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. Prospective offerors will be required to visit www.FBO.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent. No hard copies of the solicitation will be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time, will be considered either ineligible or non-responsive and will not be considered for award. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration�s (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. The Government reserves the right to cancel this solicitation. TELEPHONE, EMAIL OR FAX REQUESTS FOR THIS NOTICE WILL NOT BE ACCEPTED. As stated, this is only a pre-solicitation notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/24cd69a5050a4b9d9dd2453e64492248/view)
 
Record
SN05506246-F 20191204/191204045508 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.