Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

P -- GUIS REMOVE FACILITIES HORN ISLAND

Notice Date
5/22/2020 1:54:56 PM
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
SER WEST(52000) TUPELO MS 38804 USA
 
ZIP Code
38804
 
Solicitation Number
140P5220B0001
 
Response Due
7/7/2020 12:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
Ward, Evans
 
E-Mail Address
Andre_Ward@nps.gov
(Andre_Ward@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
PRESOLICITATION NOTICE: Demo Horn Island Ranger Station Complex, Gulf Islands National Seashore, Mississippi Sound, Jackson County, MS The National Park Service, Interior Region 2, South Atlantic Gulf, has a requirement for a firm-fixed price service contract for dismantling, demolition, or removal of improvements. The estimated price range is between $250,000 and $500,000 for dismantling or demolition of buildings, ground improvements, other real property structures and the removal of such structures. The successful contractor shall be required to demolish and responsibly dispose of ten facilities and buildings: 1) Demolish and remove main house, pump shed, generator shed, pole barn, fencing, solar panel, diesel tank and fuel line (from tank to pier), septic system and lines, and all concrete areas. 2) Demolish and remove pier (~250 feet long x 8 to 20 feet wide), all concrete pilings (~60), boat shade structure; and 3) Optional: Demolish and remove communication tower All construction and demolition materials and debris shall be diverted offsite in an approved landfill or recycling facility. Concrete, steel, and many other materials may have the potential to be salvaged, reused, or recycled. Method of Contracting: Sealed bidding is a method of contracting that employs competitive bids, public opening of bids, and awards. The following steps are involved: (a) Preparation of invitations for bids. Invitations must describe the requirements of the Government clearly, accurately, and completely. Unnecessarily restrictive specifications or requirements that might unduly limit the number of bidders are prohibited. The invitation includes all documents (whether attached or incorporated by reference) furnished prospective bidders for the purpose of bidding. (b) Publicizing the invitation for bids. Invitations must be publicized through distribution to prospective bidders, posting in public places, and such other means as may be appropriate. Publicizing must occur a sufficient time before public opening of bids to enable prospective bidders to prepare and submit bids. (c) Submission of bids. Bidders must submit sealed bids to be opened at the time and place stated in the solicitation for the public opening of bids. (d) Evaluation of bids. Bids shall be evaluated without discussions. (e) Contract award. After bids are publicly opened, an award will be made with reasonable promptness to that responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation. Magnitude: 2640 square foot (SF) Housing unit, 1540 square foot (SF) pole barn, 42 square foot (SF) well head shack, 300 square foot (SF) generator shelter; and associated diesel fuel tank/lines diesel tank and fuel line (from tank to pier), septic systems and lines, and all concrete areas. All structures are newer than 1980 so asbestos survey should not be required. All required in-water work permits were obtained by the park. All structures were determined unsuitable on June 14 2019 under Title V Federal Surplus Property Program (Mckinney act). The solicitation will be released to the public on 5 JUN 2020 or soon thereafter, and all files will be posted electronically online via FedConnect.net. You do not need to be a registered user of FedConnect� to view public opportunities. If you are new to FedConnect and want to learn more, the FedConnect� Ready, Set, Go! is a good place to start. This guide is designed to help you get up and running as quickly as possible. Of course, if you ever need help with FedConnect the Support Team is standing by, ready to assist you. Email: support@fedconnect.net Phone: 1-800-899-6665 Hours: Monday -- Friday, 8 a.m. to 8 p.m. EDT. Closed on Federal holidays. ********************End of Presolicitation Notice************************
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef6aef7eb1fb4cd8bc29081ba3819f2d/view)
 
Place of Performance
Address: HORN ISLAND, MISSISSIPPI SOUND, JACKSON COUNTY, ACCESSIBLE ONLY BY BOAT, OCEAN SPRINGS, MS 39564-9709, USA
Zip Code: 39564-9709
Country: USA
 
Record
SN05668952-F 20200524/200522230156 (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  © 1994-2020, Loren Data Corp.