Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2022 SAM #7401
SOLICITATION NOTICE

Z -- Z--Rehabilitate wastewater system, Olympic NP, WA

Notice Date
3/4/2022 11:59:45 AM
 
Notice Type
Solicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8322R0004
 
Response Due
3/22/2022 3:00:00 PM
 
Archive Date
04/06/2022
 
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
Amendment #2 to RFP #140P8322R0004 transmits: - Attachment 9, Site Visit Notes and Clarifications 1-12. This PDF includes a roster of attendees. - Forms to return with proposal (Rev 1). Amendment #1 adds details about travelling to the site visit: At the time of this posting, Clallam County has temporarily closed East Beach Road due to a slide. Log Cabin Resort is accessible by taking Highway 112 to Joyce and traveling south on Joyce-Piedmont Road to Lake Crescent. Drive-time to Log Cabin Resort from Port Angeles is approximately the same via this alternate route. Request for Proposals (RFP) #140P8322R0004 is to rehabilitate the large onsite sewage system (LOSS) at Log Cabin Resort in Olympic National Park. The work will bring the LOSS into compliance with Washington State Department of Health regulations by rehabilitating the gravity sewage collection and conveyance system to include a central RV dump station, in-ground grease interceptor, and new lift stations pumps; replacing the obsolete extended aeration treatment system with a recirculating textile filter system, including a new treatment control building with backup/emergency generator; and constructing a new subsurface drip disposal drain field with a dedicated dosing tank and control building housing ultraviolet (UV) disinfection, along with installation of groundwater monitoring wells to demonstrate compliance with permit limits. Additional details are in the Statement of Work, drawings, and supplemental materials hyperlinked from the notice at https://sam.gov/content/opportunities. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission. PROJECT LOCATION: Log Cabin Resort is within Olympic National Park, approximately 20 miles west of 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, March 2, 2022; pertinent details are in Section L of the solicitation (file named Sol_140P8322R0004). 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 for general construction. The NAICS code for this project is 237110, Water and Sewer Line and Related Structures 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 390 calendar days to substantially complete the project after the Notice to Proceed is issued. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $1,000,000 and $5,000,000. The RFP and future amendments will be posted in the Contracting Opportunities section of SAM (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 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 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://sam.gov/opp/6878b87f82814677b2bd630800527e43/view)
 
Place of Performance
Address: Log Cabin Resort Olympic National Park, WA
 
Record
SN06257716-F 20220306/220304230101 (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.