Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2023 SAM #7873
SOLICITATION NOTICE

Y -- Y--MACA-REPLACE SLOAN'S POND BOARDWALK

Notice Date
6/16/2023 3:08:03 PM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
SER NORTH MABO (53000) GATLINBURG TN 37738 USA
 
ZIP Code
37738
 
Solicitation Number
140P5323R0045
 
Response Due
8/1/2023 2:00:00 PM
 
Archive Date
08/16/2023
 
Point of Contact
Leady, William, Phone: 470.367.9167
 
E-Mail Address
William_Leady@nps.gov
(William_Leady@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, anticipates issuing a solicitation for the project described below. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around -07/02/2023. The entire solicitation package, including all attachments, will be available electronically at www.sam.gov Paper copies of this solicitation will not be made available. PROJECT SCOPE: The National Park Service (NPS) Cape Hatteras National Seashore (CAHA) is seeking qualified firms for the cyclic maintenance, repair, and replacement of Sloan�s Crossing Pond Boardwalk located at Mammoth Cave National Park, Mammoth Cave, KY 422 The work to be accomplished is the cyclic maintenance, repair, and replacement of Sloan�s Crossing Pond Boardwalk located at Mammoth Cave National Park, Mammoth Cave, KY 42259. This project consists of replacing, �in-kind�, 2,100 linear feet of wooden boardwalk (board width is approximately 5 ft with a surface area of 11,000 square feet. The Contractor is responsible for verifying all dimensions 1) Provide materials and services to remove and replace all wood decking, joists, 2� x 4� surface wood barriers and handrails and their components with new pressure-treated pine wood. Any wood that has direct contact with the ground or freshwater must be treated with Tenino Copper Naphthenate to include cut ends. All decking boards must be installed with a 1/8� gap between boards to allow for proper spacing for ventilation and drainage, following industry best practices and manufacturer instructions. Fasten the decking boards securely using Type 316 stainless steel screws. Inspect the newly installed decking to ensure proper alignment and structural integrity. All decking components, with the exception of the beams, will be replaced with the exact size (length, width, and height/thickness) of those that are being replaced. 2) Existing beams and footings shall be reused. The contractor shall perform a thorough inspection of the existing beams and footings to confirm the structural integrity and suitability for continued use in this project. The assessment shall consist of a visual inspection (looking for wood decay, insect damage, cracking, deformation, water damage, swelling, mold growth and any other signs of deterioration that may compromise the beams� structural soundness). The Contractor will also verify that all connections tight and are free of rust or other signs of corrosion. If the contractor determines that any existing beams or footings are not structurally sound, they must notify the Contracting Officer (CO) and the Contracting Officer�s Representative (COR) and provide recommendations for appropriate replacement materials and methods. If the Contractor finds that the existing beams and footings are structurally sound, they may be reused in the renovated structure. The contractor shall ensure that the reused beams are properly installed, aligned, and fastened to footings and decking, following the International Building Code (IBC) and industry best practices. 3) No changes to the layout of the existing boardwalk and piers. PROCUREMENT TYPE: The Government anticipates awarding a firm-fixed price contract to meet this requirement. SET-ASIDE: This acquisition has been set-aside for small business concerns. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. PERIOD OF PERFORMANCE: . 180 Days
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a701d1fa6f4544c8bd25b5670c38db55/view)
 
Record
SN06718850-F 20230618/230616230107 (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.