Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2023 SAM #7821
SOLICITATION NOTICE

F -- F--NTCRA under CERCLA at Virgin Islands NP

Notice Date
4/25/2023 2:14:16 PM
 
Notice Type
Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
WASHINGTON CONTRACTING OFFICE LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140P2123R0014
 
Response Due
5/23/2023 9:00:00 AM
 
Archive Date
06/07/2023
 
Point of Contact
Welch, Sarah, Phone: 202-354-3974
 
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 #140P2123R0014 is for a Non Time-Critical Removal Action (NTCRA) to remove asbestos-containing materials (ACM) that is scattered across the Site, generally around buildings with moderate to major hurricane damage, miscellaneous debris piles, and other areas where waste is stored. The contractor will implement a previously-developed NTCRA work plan (WP) to remove, transport, and dispose of ~160 cubic yards of asbestos-containing materials (ACM). Note that there is no landfill permitted to receive hazardous waste in the U.S. Virgin Islands; hazardous materials, including ACM, must be transported stateside for legal disposal. In 2021, NPS performed an Engineering Evaluation/Cost Analysis (EE/CA) investigation to assess the nature and extent of contamination, assess risks to human health and the environment, and determine a preferred cleanup alternative. The Caneel Bay Resort closed to overnight visitors in 2017 after Hurricanes Irma and Maria severely damaged many of its buildings. Topography of the Site varies from steep mountain terrain to gently sloping beaches. The Site slopes to various bays and the Caribbean Sea. The area is characterized as a semi-arid forest. The on-site work must be complete by 10-6-2023. 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: The site is at the Caneel Bay Resort within the Virgin Islands National Park (VIIS) on St. John, U.S. Virgin Islands (USVI). The approximately 150-acre resort is located approximately 1 mile northeast of the major port town of Cruz Bay. The island of St. John is reached by ferry from St. Thomas, where there is an airport with flights from the mainland. Maps and information are at www.nps.gov/VIIS. SITE VISIT: May 10, 2023, at 9:00 am. Details are in Attachment 4 and Section L of the solicitation. 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 562910, Remediation and cleanup of contaminated buildings, mine sites, soil, or ground water, and the small business size standard is 750 employees. All work will be performed under a single firm-fixed-price construction contract. As stated in the prescribed range in FAR 36.204, the estimated magnitude of this project is between $500,000 and $1,000,000. The RFP and future amendments will be posted in the Contracting Opportunities section of SAM (https://sam.gov/content/opportunities). The solicitation package will be in Microsoft Word and Adobe PDF. Proposals will be due approximately 30 days after the RFP is posted, specifically they will be due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Offerors will submit their proposals by email per instructions included in the solicitation; proposals will consist of two volumes (technical and price). The government will consider each offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. 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. Construction Contract Administration: Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to definitization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract. 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, Indian Small Business Economic Enterprises, 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 (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/e6e4d8a3562e4444a0dd48e713091dd9/view)
 
Place of Performance
Address: Virgin Islands National Park Caneel Bay Resort on, VI
 
Record
SN06661372-F 20230427/230425230112 (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.