SOLICITATION NOTICE
Z -- Z--YOSE- REHAB WELL HOUSES 2/6 AND 3/7
- Notice Date
- 5/3/2024 8:58:33 AM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
- ZIP Code
- 94104
- Solicitation Number
- 140P8524R0006
- Response Due
- 6/19/2024 12:00:00 PM
- Archive Date
- 07/04/2024
- Point of Contact
- Roppolo, Brian, Phone: 2062204215
- E-Mail Address
-
brian_roppolo@nps.gov
(brian_roppolo@nps.gov)
- Description
- PRE-SOLICITATION ANNOUNCEMENT YOSEMITE NATIONAL PARK Rehabilitate Well Houses RFP No. 140P8524R0006 Yosemite National Park has a series of wells, well houses, and water storage tanks that provide potable water for the entire Park. Well houses 2/6 and 3/7 are two of the well houses in the El Portal area that provide water to Tank No. 3, which is a 500,000-gallon water tank. This water tank distributes water the El Portal community including the administrative site, residents, and businesses. EXISTING WELL HOUSE NO. 2/6 The existing well house 2/6 includes a water well located inside the well house, as well as a well located outside of the well house. The raw water is pumped through the well house in above ground piping, which includes a series of valves, check valves, sampling ports, and meters. The raw water is treated with sodium hypochlorite for disinfection. There is also a SCADA system to monitor the status of the local pumps, and the off-site well pumps and water tanks throughout the system. The existing SCADA system does not provide the capability of remote controls in any part of the system. The piping within the well house includes a mixture of brass fittings, cast iron pipe and galvanized pipe. All the piping, as well as the various fittings are very old and in need of replacement. The chemical tanks and pumps have also exceeded their life span; and need replacement. In addition, an eye wash station needs to be installed in the well house to meet the code requirements relative to the chemical storage within the building. The existing well house structure and concrete flooring are in good shape for the most part. The exterior has weathered and needs to be painted, and the roof and soffits need replacement. EXISTING WELL HOUSE NO. 3/7 The existing well house 3/7 does not have a well located inside the building, rather there are two wells located outside of the well house. The raw water is pumped through the well house in above ground piping, which includes a series of valves, check valves, sampling ports, and meters. The raw water is treated with sodium hypochlorite for disinfection and zinc orthophosphate to inhibit corrosion. The existing roof is a cedar shake roof which is in poor condition. There is also a SCADA system to monitor the status of the local pumps, and the off-site well pumps and water tanks throughout the system. The existing SCADA system does not provide the capability of remote controls in any part of the system. The piping within the well house includes a mixture of brass fittings, cast iron pipe and galvanized pipe. All the piping, as well as the various fittings are very old and in need of replacement. The chemical tanks and pumps have also exceeded their life span; and need replacement. In addition, an eye wash station needs to be installed in the well house to meet the code requirements relative to the chemical storage within the building. The existing well house structure and concrete flooring are in good shape for the most part. The exterior has weathered and needs to be painted, and the roof needs replacement and upgraded to metal soffits and roofing material. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 237110; the small business size standard is $45.0 million. The construction magnitude for this solicitation is $500,000.00 to $1,000,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and other non-price factors (technical capability and past performance) as listed in the RFP. The RFP will be available via electronic commerce only and may be accessed on or about 20 May, 2024, at SAM.gov: https://sam.gov/. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. An organized site visit will be scheduled, and information will be included in the solicitation; potential offerors can view the site at their discretion if they are unable to attend. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor�s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb32deb7b9b5414a9e8ac9e07935b6c9/view)
- Record
- SN07052815-F 20240505/240503230039 (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 |