Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 11, 2021 SAM #7162
MODIFICATION

Z -- Replace plumbing & electrical, Olympic NP, WA

Notice Date
7/9/2021 10:17:35 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8321R0011
 
Response Due
8/11/2021 11:00:00 AM
 
Archive Date
08/26/2021
 
Point of Contact
Welch, Sarah, Phone: (360) 854-7220, Fax: (360)856-1934
 
E-Mail Address
Sarah_Welch@nps.gov
(Sarah_Welch@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Proposals (RFP) #140P8321R0011 is to replace the plumbing and electrical systems in the historic former Superintendent's residence, now used as an office building, at Olympic National Park. The work includes: - Replacement of plumbing water, sanitary, and drain piping and installation of new plumbing fixtures; - Replacement of electrical panels, wiring, and devices to provide increased capacity and lighting fixtures upgraded for better energy efficiency; - Preserving existing, historic wall, ceiling, and floor finishes and restoring at areas of electrical and plumbing installation; - Installing new finishes (paint and floor materials) at selective locations; and - Options to install thermal insulation and clean HVAC ducts and furnace. Additional details are provided in the Statement of Work, drawings, and supplemental materials posted with the solicitation. [This project was previously solicited as a HUBZone set-aside (RFP #140P8321R0003) which was cancelled without award.] PROJECT LOCATION: The building is located at the headquarters area of Olympic National Park, Port Angeles WA. Maps and information are at www.nps.gov/OLYM. SITE VISIT: A group site visit will occur at 10:00 am on Wednesday, July 21, 2021; pertinent details are in Section L of the solicitation (hyperlinked file named Sol_140P8321R0011). Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored and the site is not open to the public. DETAILS: This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR Part 19.5. The prime contractor must comply with limitations on subcontracting in FAR clause 52.219-14 (DEVIATION JUN 2020) for general construction. The NAICS code for this project is 236220, Commercial and Institutional Building Construction, and the small business size standard is $39.5 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 180 calendar days to substantially complete the project after the Notice to Proceed is issued. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee (20% of proposed price) will be required with proposal submission. The RFP and future amendments will be posted at https://sam.gov/content/opportunities. 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 submission will be in the RFP. Prospective offerors must visit SAM.gov Contract Opportunities 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 https://sam.gov/content/entity-landing 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 are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on https://eweb1.sba.gov/subnet/client/dsp_Landing.cfm, and to utilize the Small Business Administration's SBA - Dynamic Small Business Search (https://web.sba.gov/pronet/ search/dsp_dsbs.cfm) 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/12123061aecb446cab81e940805b30c8/view)
 
Place of Performance
Address: Olympic National Park HQ Macy House (admin building), Port Angeles, WA 98362
Zip Code: 98362
 
Record
SN06056213-F 20210711/210709230113 (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.