Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2022 SAM #7526
SOLICITATION NOTICE

Z -- Z--BRVB - Pavement Resurfacing and ADA Improvements

Notice Date
7/7/2022 7:40:34 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6022R0002
 
Response Due
7/22/2022 8:00:00 AM
 
Point of Contact
Parizek, Bridget, Phone: 402 6611896, Fax: 5806222296
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
GENERAL: The National Park Service (NPS), Department of Interior (DOI), is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.sam.gov. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Solicitation #: 140P6022R0002 Vendors can search for opportunities and award history on www.sam.gov without registering. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov at the receipt of proposals. You are also required to have a UEI number to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about July 2022 Description: The work for this project consists of replacing approximately 6,274 square feet of existing concrete pavement to correct subsidence, heaving, and draining problem and to establish fully accessible concrete walking surfaces; replacing two existing curb ramps; finishing grading and reseeding as indicated on plan drawings. All work is to take place at Brown v Board of Education National Historic Site in Topeka, KS. Type of Procurement: It is anticipated that a firm-fixed price contract will be awarded to the offeror that provides the best value to the government based on price, technical and prior experience. A source selection process will be conducted in accordance with FAR Part 13, Simplified Acquisition Procedures. The Government intends to award without discussions but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a quote, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $25,000 and $100,000. Estimated Period of Performance: 180 calendar days from Notice to Proceed Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted, and date/location will be noted in the solicitation. This project is subject to the Construction Wage Rate Requirements. Bonds will be required as follows: Payment Bond or Irrevocable Letter of Credit will be required. The amount of the payment protection shall be 100% of the contract price. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. This procurement is a Total Small Business set aside set aside. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $39.5 million. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned 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 at http://www.sba.gov. Contracting Office Address: Midwest Regional Office - MABO 601 Riverfront Drive Omaha, Nebraska 68102 United States Place of Performance: Brown v Board of Education National Historic Site 1515 SE Monroe Street Topeka, KS 66612-1143 United States Primary Point of Contact: Bridget Parizek, Contract Specialist Bridget_Parizek@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d405ef2cad945be97b8e5859604728d/view)
 
Place of Performance
Address: 1515 SE Monroe Street, Topeka, KS 66612-1143, USA
Zip Code: 66612-1143
Country: USA
 
Record
SN06381169-F 20220709/220707230102 (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.