Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOURCES SOUGHT

99 -- JODR 239632 FLAGG CG WATER WASTEWATER

Notice Date
9/20/2024 12:19:16 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
IMR NORTHERN ROCKIES(12200) YELWSTN NL PK WY 82190 USA
 
ZIP Code
82190
 
Solicitation Number
DOIPFBO240054
 
Response Due
10/16/2024 11:00:00 AM
 
Archive Date
12/31/2024
 
Point of Contact
Lynam, Molly, Phone: 720-450-0779
 
E-Mail Address
Molly_Lynam@nps.gov
(Molly_Lynam@nps.gov)
 
Description
See attached ""Sources Sought"" Document for a more legible version of the sources sought. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, INDIAN SMALL BUSINESS ECONOMIC ENTERPRISES (ISBEE) and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Contracting Operations Central (ConOps Central) Northern Rockies Major Acquisition Buying Office (MABO) Contracting Office seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES, INDIAN SMALL BUSINESS ECONOMIC ENTERPRISES (ISBEE) and/or WOMAN-OWNED SMALL BUSINESSES for the project below. The Government anticipates a competitive method of procurement. The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS does not intend to pay for any information provided under this notice. Solicitation DOIPFBO240054 Project Name: Flagg Ranch Campground Water/Wastewater Replacement Location: John D. Rockefeller Jr. Memorial Parkway (JODR), Teton County, WY, U.S.A. Estimated Magnitude: Between $1,000,000 and $5,000,000 Estimated Period of Performance: February 1, 2025 � November 1, 2026 Project Description The National Park Service is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for construction of the Flagg Ranch Campground Water/Wastewater Replacement in the John D. Rockefeller Jr. Memorial Parkway. The project site is Flagg Ranch Campground is located on the west side of the John D. Rockefeller Jr. Memorial Parkway, just north of Grand Teton National Park and approximately 43 miles north of Moose, Wyoming. The Headwaters Lodge and Cabins at Flagg Ranch is located in the John D. Rockefeller, Jr. Memorial Parkway, which is located between Yellowstone and Grand Teton National Parks, just two miles south of the Yellowstone South Entrance. This facility has 97 RV sites and 34 tent sites available for visitors in the campground. This concessions operated project will replace the water and wastewater lines servicing the campground. This project will install approximately 9,873 linear feet (LF) of water main, approximately 2,870 LF of water service line, approximately 4,204 LF of sewer main and approximately 3,183 LF of sewer service line. See attached �Flagg CG Overview� for an overview of the proposed campground water and sewer systems. Full specifications and plans will be provided in the solicitation phase and are not currently available. The basic requirements of this construction include the following scope items: A. Install new 8� PVC sewer mains and 6� and 4� PVC sewer services via open trench excavation methods in the Flagg Ranch Campground. Install new sewer manholes at each pipe junction beginning at the downstream manhole on the west side of the campground. Install new services to three buildings and 97 RV hook-ups for sewage waste. B. Install new HDPE water mains (2�-8�), 1� yard hydrant services, 2� building services for three buildings, and associated appurtenances in the Flagg Ranch Campground beginning at the existing water main connection on the south side of the campground. Connect to the water main in the access road to the north of the campground for redundant connection. New water service lines will provide potable water to the 97 campsites and three buildings shown on the plans. No work upstream of the existing 8� valve at the south campground or beyond the connection to the north water main will be required under this contract. Water system will be constructed to drain at the end of each season, per the construction drawings. C. Remove and dispose of existing asphalt in the access road as required to connect to the existing waterline north of the campground to the new 8� water line. Replace asphalt via patching. D. Place and compact crushed aggregate on roads in the campground where the roads were disturbed during construction to a minimum depth of 6 inches and the full width of the road. E. Project is anticipated to be performed in 2 phases under a single prime contract. Contractor will be required to keep half of the campground open with water and sewer service at any point during construction. Construction is anticipated to occur over two seasons. SITE VISIT, Industry Day: A site visit and industry day will be held for this project during the pre-solicitation phase. Due to anticipated site conditions during the solicitation phase, this will be the ONLY SITE VISIT for this project. The projected solicitation phase will begin in approximately December 2024; this site will be unavailable due to snow loads during winter months. If you will be attending the site visit/industry day, please RSVP to molly_lynam@nps.gov at least 24 hours in advance. Date: Wednesday, October 9, 2024, at 11 am MT. Location: Meet at the Flagg Ranch Campground. Search for the �Flagg Ranch Campground Office� in google and it should take you there. See the attached document �Flagg Ranch Site Visit Map and Directions� for additional information. Instructions for Interested Parties, Capabilities: If your organization has the potential capacity to perform these contract services, please provide the following information: Name of Firm Address Phone Number Email Address UEI Number Size status/SBA certifications. Mark all that apply. See FAR Part 19, Small Business Programs. ? Small Business (meets size standard for NAICS) ? Women Owned Small Business (WOSB) ? Economically Disadvantaged Women Owned Small Business (EDWOSB) ? HUBZone ? Service-Disabled Veteran Owned Small Business (SDVOSB) ? Indian Small Business Economic Enterprise (ISBEE) ? Other (specify) _________________ Contractor must be registered as a small business under the listed socio-economic categories in SAM (System for Award Management) under NAICS code 237110 to be considered/confirmed. Capability statement - A brief summary of capabilities including: 1. Bonding Limits 2. Brief explanation of your company�s ability/capabilities to perform the work outlined above 3. All information being requested above in regard to the table for: Company Name, POC info, UEI Number, and all of the size status/SBA certifications. Responses shall be submitted by email only to the following email address: molly_lynam@nps.gov Sources sought responses are due on Wednesday, October 16, 2024, by 1200 MT. Questions: All questions must be submitted to the contract specialist at molly_lynam@nps.gov. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/756dd95d8c224eec92c4e5f6dd609118/view)
 
Place of Performance
Address: Moose, WY, USA
Country: USA
 
Record
SN07219963-F 20240922/240920230121 (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.