Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2021 SAM #7238
SOURCES SOUGHT

Z -- Z--ROMO HQE WATERLINE REHAB PHASE 7 & 8

Notice Date
9/23/2021 8:05:17 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
IMR INTERMOUNTAIN REGION(1200) DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P1221R0014
 
Response Due
10/23/2021 4:00:00 PM
 
Archive Date
11/07/2021
 
Point of Contact
Fox, Marcia, Phone: 303-726-6485, Fax: 4153399137
 
E-Mail Address
Marcia_Fox@nps.gov
(Marcia_Fox@nps.gov)
 
Description
In accordance with FAR 15.201 this is a SOURCES SOUGHT FOR MARKET RESEARCH ONLY. This notice is a request for information only to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION ANNOUNCEMENT, AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, OR A REQUEST FOR QUOTES NOR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE, AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No request for a bid package or solicitation will be accepted. Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. If a solicitation is released, it will be synopsized on the SAM.GOV website. It is the responsibility of interested parties to monitor these sites for additional information pertaining to this requirement. The information received will be used within the Department of the Interior, National Park Service (NPS) to facilitate the decision-making process and will not be disclosed outside of the agency. A decision will be made whether to issue any potential solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Women Owned Small Business (WOSB), Service-Disabled Veteran-Owned Small Businesses, Total Small Business, or whether to issue as full and open competition (unrestricted). The purpose of this Sources Sought is to gain knowledge of interested businesses that have the capability and relevant experience to rehab water distribution system at Rocky Mountain National Park. A determination by the Government to compete this requirement as a set-aside based upon responses to the notice and other market research is solely within the discretion of the Government. The information provided in the RFI is subject to change and is not binding on the Government. The release of this RFI should not be construed as a commitment or as an authorization to incur cost for which reimbursement would be required or sought. All submissions will become Government property and will not be returned. 1.0 Description The National Park Service in support of Rocky Mountain National Park is seeking information from qualified contractors on interest to rehab water distribution system. A. Project Location: This project is located in Rocky Mountain National Park, Estes Park, Colorado. The project area near the Headquarters Area on the east side of the park, is approximately 3 miles southwest of Estes Park, CO. B. The Work consists of the following: Base Contract: The Work includes replace existing 4-inch and 6-inch waterline with 6-inch, 4-inch and 2-inch high density polyethylene (HDPE) by open trench methods. Work includes furnishing and installation of fire hydrants, valves, and appurtenances, extending new service lines into existing buildings, installation of air release/vacuum valve vaults, placement of perforated drainage pipe in the same trench as waterlines, and pavement patching areas disturbed by waterline installation. Work also includes abandonment or removal of existing waterlines, fire hydrants, valves, valve vaults and appurtenances. Option A: The work includes the replacement of three (3) Air Release Valves along the supply line between Bear Lake Road and the Lead Tanks. This work includes the demolition, removal, and Option B: The Work includes parking area and site accessibility improvements at RV Site P along Sundance Circle. This work includes the grading, placement of concrete pavement, and crusher fines at RV Site P. The work also includes the relocation of RV utility hook ups at the site. C. All work in this project is within the boundaries of the Utility Area Historic District, which is a culturally significant area. D. Project will be constructed under a single prime contract. 2.0 Contract Information The anticipated firm fixed price construction contract is expected to have a magnitude between $1,000,000 and $5,000,000. Performance Period: March 1, 2022 � July 29, 2022 The contractor must provide all labor, materials, equipment, transportation, subsistence, and other resources necessary (except as furnished by the U.S. Department of Interior, NPS). 3.0 Requested Information & Responses All interested parties should email their interest and capabilities statement to Marcia Fox, Contracting Officer, marcia_fox@nps.gov. Include in your email the information requested below in the Market Research Questionnaire. This information will be used only to determine if there is interest by qualified firms and will not be used in award. Please limit your response to five pages or less. Only completed questionnaires will be accepted. 4.0 Questions Questions regarding the announcement shall be submitted in writing by e-mail only to marcia_fox@nps.gov. Telephone inquiries and responses will not be entertained or honored. All responses are due by 23Oct2021 at 5:00 PM (MDT).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9cca9808e51648b5b98ab17f59aae092/view)
 
Record
SN06143081-F 20210925/210923230134 (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.