Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2024 SAM #8074
SOURCES SOUGHT

Y -- Y--SOURCES SOUGHT -NAMA-PHASE 2 SIDEWALK REPAIRS

Notice Date
1/3/2024 9:31:01 AM
 
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
140P3024R0008
 
Response Due
1/24/2024 1:30:00 PM
 
Archive Date
04/24/2024
 
Point of Contact
Ohlsson, Torben, Phone: 2025788722
 
E-Mail Address
torben_ohlsson@nps.gov
(torben_ohlsson@nps.gov)
 
Description
SOURCES SOUGHT NOTICE-140P3024R0008 REPLACE DAMAGED CONCRETE WALKWAYS -Phase 2 National Mall and Memorial Parks (NAMA) This is a Sources Sought Notice only, and is being issued by the National Park Service, US Department of Interior, National Contracts Region, Washington D.C. as a Request for Information (RFI). This is NOT a Solicitation, Request for Proposal (RFP), Request for Quotation (RFQ); or Invitation for Bids IFB. This Sources Sought Notice is being used as a market survey to identify potential vendors and interested parties in industry regarding a potential future acquisition in accordance with the Market Research requirements found in FAR PART 10. In accordance with FAR 15.201(e), responses to this RFI are not considered offers by the government. Any information received in response to this Sources Sought Notice does not constitute, commit, or require the government to issue a future solicitation. No funds have been appropriated, authorized, or received for this effort. Requests for a solicitation will not receive a response. GENERAL REQUIREMENT: The Department of Interior (DOI), National Park Service (NPS), National Capitol Region (NCA) Region 1, is seeking sources/contractors for a potential requirement to remove and replace an estimated 342.98 cubic yards, 27,785 SF of cast in place concrete to repair damaged sections of walkways at National Mall and Memorial Parks (NAMA), these locations include John Paul Jones Memorial and Raoul Wallenberg Drive in Washington DC with in-kind materials. MAGNITUDE OF CONSTRUCTION: IAW FAR 36.204 Disclosure of the magnitude of construction projects, the estimated value of this project is between $1,000,000.00 and $5,000,000.00 NAICS CODE: 237310 - Concrete paving (i.e., highway, road, street, public sidewalk) PERIOD OF PERFORMANCE: 365 Calendar Days after Notice to Proceed COMMENCEMENT OF WORK/ PEFORMANCE DATES: The government estimates that work will commence on or around 1 October 2024. PLACE OF PERFROMANCE: The National Mall and Memorial Parks (NAMA), 1100 Ohio Drive SW, Washington, DC 20242 REQUIRED SUPPLIES AND SERVICES: The Contractor shall provide all labor, tools, materials/supplies, equipment, transportation, supervision, specialized and/or professional ancillary services, licensees, certificates, permits and any other items incidental and necessary required to provide to perform replacement of damaged concrete walkways for the National Mall and Memorial Park SCOPE OF WORK The contractor�s work, responsibilities and deliverables shall include but not be limited to providing the following: 1. Contractor shall install temporary fencing around the perimeter of all areas mentioned for construction. a) Recommended fencing to use would be 6� chain link fence and should meet NAMA wildlife friendly fencing guidance when possible. b) Fence should be attached to one another with proper fence clamps to ensure its stability and should remain in place throughout the duration of the project. 2. Contractor shall submit pedestrian control plans to the COR for prior approval. Contractor is responsible for following approved pedestrian control plans. Plans should include the following: a) Provide necessary signage to alert pedestrians of detours. b) Contractor should make sure all signage is secured throughout the duration of the project. 3. Contractor shall remove existing concrete in areas specified on the drawings and replace in-kind. a. See attached drawings and specifications document for mockups and details on concrete. 4. All disturbance or damage to natural or cultural resources will be restored to the original condition before the contract completion at the expense of the contactor. 5. Proper erosion and sediment controls must be in place prior to the start of work and maintained throughout the project to protect the stormwater systems (drains) and waterways from debris entering them. 6. Contractor shall be responsible for the removal of all temporary fencing, signage and debris after each phase of the projects are completed. a) Contractor will be responsible for cleaning of existing areas due to possible spillage or concrete washouts. b) Contract will be responsible for any and all traffic control measures, traffic control must meet all federal highway requirements for temporary traffic control as needed to complete the project. c) All tree root remediation must be completed by or in the presence of a certified Arborist. Contractor must supply to the COR a License for the Arborist. Contractor must give the COR a 48-hour notice when scheduling tree root remediation. As a note to the contractor, the NPS Urban Forester will oversee any and all Tree Root Remediation when available. d) Contractor must always follow the NPS guide to Turf protection. e) Contractor must supply to the COR at any time throughout the length of the contract when requested copies of local, state, environmental and federal codes related to the project and work being performed. f) Contractor must submit a federally approved traffic control plan. g) Contractor must submit past documentation of previous cast in place concrete sidewalk projects, removal and replacement of Flagstone Pavers and Asphalt Sidewalk reconstruction. h) Contractor must understand the contracting package presented by the NPS and is able to preform all duties shown in the contract. i) Contractor must submit a schedule to the COR for approval for all impacted areas. j) Contractor must follow all Local, State, Federal and Environmental Codes and NPS requirements related to and shown in the project. Any discrepancies must be submitted to the COR/CO/CS in writing within 48 hours. k) Attention to detail is a must with this project, most of these Sidewalks are in close proximity to the Nation�s Capital, The White House and some of the nation�s most iconic memorials, thousands of people from all over the world use these sidewalks on a daily basis. l) Contractor must supply to the COR a completed utility locating report for all impacted areas, these locating services are generally good for 7 days, a completed report must be in that timeframe before work will be allowed to begin in that area. Meaning, once utility locating has been completed and approved, the contractor must start work within the 7 day approval period. m) The contractor shall follow all local, state and federal codes/regulations including American Concrete Institute (ACI), The Americans with Disabilities Act (ADA), Architectural Barriers Act (ABA), National Park Service, National Mall and Memorial Parks (NAMA) park specific requirements, etc. All interested vendors and business contractors are encouraged to submit response of positive intent to the Contract Specialist a potential procurement by responding using the format described below. Submission of Information: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. (1) Corporate Information Identification (1 page maximum) ? Company name and company address ? Point of contact, phone, and email address ? The firm�s business type and size for NAICS Code 237310 8(a) Small Business Concern, HubZone Small Business Concern, Veteran Owned Small Business Concern (VOSB) Service-Disabled Veteran Owned Small Business Concern (SDVOB) or a Women Owned Small Business Concern (WOSB). ? Confirm Registration in System for Award Management (Provide Unique Entity ID UEI) (2) Capabilities Statement (1 page maximum): ? Provide a brief description of projects complete or substantially complete within the last five years that clearly demonstrate your ability to fulfill the Government�s requirements as identified above. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, type of construction, and a description of how the experience relates to the proposed procurement. (3) Provide Documentation Verifying Small Business Certification (3 page maximum): � If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. � If claiming HuBZone status, provide a copy of your HuBZone Certificate from SBA. � If claiming SDVOSB status, provide documentation that shows the Service Disabled Veteran Owned Small Business (SDVOSB) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation should also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS Code 237310. � If claiming VOSB status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, makes long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS Code 237310. � If claiming Small Business status, provide documentation to show the business is small under NAICS Code 237310. (4) Provide Statement for Positive Intent of Potential Proposal/Quote Submission (1 page maximum). Interested parties need to be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at https://www.sam.gov. Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities as part of the survey of current market conditions. Failure to submit sufficient detailed information may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement or procurement method as deemed appropriate for this requirement. The submission of any information from any interested parties in response to this market survey is purely voluntary and the U.S. Government will not provide reimbursement for any information that may be submitted in response to this notice. Responses to this market survey do not affect a interested party or potential offerors ability to respond to any future sources sought notice/request for information or synopsis/solicitation based on the Governments market research. Respondents are solely responsible for all expenses associated with responding to this notice and no basis for claim against the Government shall arise as a result from a response to this notice. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research, if a future follow-on solicitation is developed and released. This notice in no way obligates the Government to any further action based on the information received in response to this notice, and any future action, competition or set-aside decisions based on the information received in response is to this market survey is at the Governments discretion. After review of the information received, a determination will be made by the Government to on how to proceed with the acquisition and potential solicitation, as well as a set-aside is within the sole discretion of the Government and Contracting Officer. Interested Companies may respond to this Sources Sought Notice via e-mail to: Torben Ohlsson at Torben Ohlsson@nps.gov no later than 04:30 p.m. EST on 24 January 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/565d065d30074eaa99d252e4af63c90e/view)
 
Record
SN06926165-F 20240105/240103230046 (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.