Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 28, 2023 SAM #8066
SOURCES SOUGHT

Z -- Z--NACE Folger Park Rehabilitation

Notice Date
12/26/2023 4:12:44 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NCR REGIONAL CONTRACTING(30000) WASHINGTON DC 20242 USA
 
ZIP Code
20242
 
Solicitation Number
140P3024R0007
 
Response Due
1/5/2024 2:00:00 PM
 
Archive Date
01/30/2024
 
Point of Contact
Madison, Craig, Phone: 2029133810
 
E-Mail Address
Craig_Madison@nps.gov
(Craig_Madison@nps.gov)
 
Description
SOURCES SOUGHT NOTICE Solicitation Number: 140P3024R0007 Notice Type: Sources Sought PSC Code: Z2PZ NAICS Code: 237310 Synopsis: The National Park Service (NPS) National Capital Region (NCR) is conducting a market survey/sources sought to help determine the availability and technical capability of qualified sources, particularly small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and Historically Underutilized Business Zone small businesses capable of providing the requirement below. This announcement is not a request for proposals, and the Government is not committed to issue a solicitation or award a contract pursuant to this announcement or based on responses to this announcement. Information received from this market research is only for planning purposes and will assist the Government in its acquisition strategy. As such, the Government will not entertain questions concerning this synopsis, and will not pay any costs incurred in the preparation of information for responding to this market survey or the Government�s use of the information. Proprietary information must be clearly identified as proprietary information. The Government will not provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. NCR has a requirement for Folger Park in Washington, DC that requires rehabilitation of the park to restore and preserve the historic park features and provide at least 15 years of service before any major work will be required to improve the visitor use experience. The North American Industry Classification System (NAICS) code is 237310 and the size standard is $45 million. Requirements: 1. The work includes, but is not limited to the following, a. Protection of existing trees during construction/demolition activities. b. Demolition and disposal of existing asphalt on concrete base walks; replacement of asphalt on concrete base walks �in-kind�. c. Demolition and disposal of broken stone pavers on concrete base; install new stone pavers on concrete base �in-kind�. d. Removal, storage, refurbishing, and re-setting of existing site furnishings, including trash receptacles and park benches. e. Fine regrading, topsoiling, and re-seeding impacted adjacent planting and turf areas. f. The contractor shall be responsible for mobilization/demobilization, labor, equipment, supervision, travel, materials, and ancillary services necessary to perform the work of specifications and drawings. 2. Work Performance a. Proposed substitution of materials or modification of any element shall be submitted for CO and COR review and approval prior to the work being performed. b. The contractor shall warranty all materials and labor for a period of one year from the date of acceptance of delivery of the asphalt and paver work and two (2) years for the plantings and turf areas and shall replace, without cost to the government, any of the above that fail due to materials or labor defect during the warranty period. All needing replaced or repaired covered by the warranty will be at the expense of the contractor. c. The Contractor shall designate a Project Manager and/or Stie Superintendent to serve as points of contact with the Government team. Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm�s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government�s review of the industry�s ability to perform or provide these requirements. In addition to capability statements, firms must include this information in their responses: 1) Organization name, address, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number. 2) Size and type of ownership/or company structure and socioeconomic designation for the organization [i.e. small business, small disadvantaged business, 8(a), etc.]. 3) Vendor�s business experience. 4) NAICS code you operate under for this type of service. State if/if not registered in System for Award Management (SAM). Vendors must send written responses by 1/5/2024 to Craig Madison, Contract Specialist at craig_madison@nps.gov. NO TELEPHONE CALLS PLEASE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f6d19e35dca349a1b502fb468a11edc5/view)
 
Place of Performance
Address: 3 D St SE, Washington, DC, USA
Country: USA
 
Record
SN06922009-F 20231228/231226230046 (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.