Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9, 2001 PSA #2825
SOLICITATIONS

Y -- DEMOLITION & CONSTRUCTION OF HEADQUARTERS WATER TREATMENT PLANT, PINE ISLAND WATER TREATMENT PLANT AND PINE ISLAND WATER DISTRIBUTION LINE AT EVERGLADES NATIONAL PARK, FLORIDA, EVER-191B

Notice Date
April 5, 2001
Contracting Office
National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, DSC-CS, Denver, CO 80225
ZIP Code
80225
Solicitation Number
1443N5010010903
Response Due
June 5, 2001
Point of Contact
Contract Specialist: Ms. Kathy Rifkin 303/969-2362 or Procurement Technician Ms. Sally Snyder 303/969-2709
E-Mail Address
Click here to reach the Contract Specialist, Ms. Kathy (Kathy_Rifkin@mail.nps.gov)
Description
The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. Although price is a critical factor, technical capability of the firm will weigh heavily in the evaluation and selection process. There are two project sites: Park Headquarters and Pine Island, both located in Everglades National Park. The Park Headquarters water treatment plant is located near the main visitor center (approximately 12 miles southwest of Florida City). Pine Island is located approximately one mile southwest of the Park Headquarters water treatment plant along Pine Island Road. The nearest towns outside the park are Homestead and Florida City. The work of this contract consists of, but is not limited to, 1) the selective demolition and construction in three main areas: Headquarters Water Treatment Plant, Pine Island Water Treatment Plant and Pine Island Water Distribution Line. The technical qualifications of contracting firms submitting proposals for this project will be evaluated using the following capability criteria (in descending order of importance): 1) General experience in the coordination, construction, and commissioning of water and utility systems, including water transmission and distribution, wells, water storage and water treatment systems. If any of the above project elements are to be performed by subcontractors, provide the required documentation related to each experience factor for each subcontractor. 2) Experience and abilities in construction project management. This includes preparing and monitoring a critical path method (CPM) schedule for this type and size of project; coordinating all work (prime and subcontractors) to assure that it is completed in accordance with plans and specifications; providing cost control oversight to ensure all contract work is performed within budget; ability to assure efficient scheduling performance of the work by own forces, subcontractors, and material suppliers to meet the schedule completion date; and completion of punch list in a timely manner. 3) Ability to perform building and well construction, control systems, water treatment systems and utility work as identified in the plans and specifications while maintaining a continuous supply of potable drinking water during total renovation of water treatment plants and replacing water distribution systems. Summarize proposed methods to accomplish the work. 4) Experience working with local health departments, water management districts and environmental agencies relating to the installation of potable water wells, potable water treatment systems and water distribution systems. 5) Ability to comply with OSHA safety regulation and experience working in public locations as related to the work requirements stated in the plans and specification for this Project. It is anticipated that the solicitation will be issued electronically on or about April 30, 2001 on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov. Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications will be available in Adobe PDF format, and drawings will be available in TIFF format. Offerors wishing to receive notification of changes to the solicitation must revisit the website on a periodic basis or register at http://www.fedbizops.gov. No other notifications will be sent. Offeror's may add their name to an offerors List maintained by the issuing office by providing the following information to Ms. Sally Snyder, Procurement Technician, via fax at 303/987-6645 or e-mail at Sally_Snyder@nps.gov. Proposals are due on or about June 5, 2001 at 4:00 p.m. (MDST) The estimated price range of this procurement is $1,000,000.00 and $5,000,000.00. The estimated completion time is 240 calendar days. A preproposal conference will be held on May 15, 2001 at 9:00 a.m., at Headquarters Building, Everglades National Park. Contractors interested in participating in the preproposal conference should contact Mr. Mike Savage at Everglades National Park, telephone number 305-242-7776. This solicitation is open to large and small businesses. All responsible sources may submit an offer. All sources responding to this synopsis must identify themselves as prime contractor, subcontractor, supplier, plan room, publication, or other. Because this acquisition could result in an award over $1,000,000, a subcontracting plan will be required by the selected firm, if the firm is a large business concern.
Web Link
Click here to reach the Department of Interior's National (http://ideasec.nbc.gov)
Record
Loren Data Corp. 20010409/YSOL019.HTM (W-095 SN50I415)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on April 5, 2001 by Loren Data Corp. -- info@ld.com