Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOLICITATION NOTICE

F -- F--Abate hazardous materials in historic buildings WA

Notice Date
7/20/2020 1:41:29 PM
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8320R0008
 
Response Due
9/1/2020 12:00:00 AM
 
Archive Date
09/16/2020
 
Point of Contact
Welch, Sarah
 
E-Mail Address
Sarah_Welch@nps.gov
(Sarah_Welch@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a pre-solicitation notice that Request for Proposals (RFP) #140P8320R0008 will be posted on approximately July 29, 2020; proposals will be due approximately 30 days thereafter. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed specifications to abate hazardous materials including asbestos, lead, mercury, polychlorinated biphenyls, and wildlife excrement in several historic buildings at Fort Vancouver National Historic Site. Additional details will be provided in the Statement of Work and hazardous materials reports posted with the Request for Proposals. The price schedule will likely include 10 buildings as base items and five buildings as options. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. ****** PROJECT LOCATION: The buildings are located at Fort Vancouver NHS, Vancouver WA. Maps and information are at www.nps.gov/FOVA. ****** SITE VISIT: A site visit open house will occur on Thursday, August 13, 2020, starting promptly at 8:30 am PT for an orientation and safety message. Approximately half of the buildings will be open for viewing between 8:45am and 12:30pm, and the remaining buildings will be open between 1:00 and 5:00 pm; additional details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored. ****** DETAILS: This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR Part 19.5. The NAICS code for this project is 562910, Remediation Services, and the small business size standard is $22 million, average annual gross receipts for the past five years. 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 200 calendar days to complete the project after the Notice to Proceed is issued. Per the general price range established in FAR 36.204, the estimated magnitude of this construction project is between $500,000 and $1,000,000, depending on how many options are exercised. ****** The RFP and future amendments will be posted in the Contracting Opportunities section of www.beta.SAM.gov. Responses will be due approximately 30 days after the RFP is posted, unless extended. The entire solicitation package, including drawings and specifications, will be in Microsoft Word and 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. Proposals are due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Special instructions related to bid bond timely submission will be in the RFP. ****** Prospective offerors must visit www.beta.SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation 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. ****** For more information, contact the Contracting Officer at sarah_welch@nps.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e565b37b0644d00a48b1ae74e697311/view)
 
Place of Performance
Address: Fort Vancouver NHS, sites on Hatheway Rd and E 5th Street, Vancouver, WA 98661, USA
Zip Code: 98661
Country: USA
 
Record
SN05726059-F 20200722/200720230146 (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.