Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SOLICITATION NOTICE

Z -- Lake Mead National Recreation Area Park General Low Water Mitigation and Other Construction

Notice Date
8/8/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N8000060912
 
Archive Date
8/8/2007
 
Small Business Set-Aside
N/A
 
Description
General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, 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 and drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. The solicitation is issued for Full and Open Competition. Proposed Issue Date: August 22, 2006 Title of Project: Low Water Mitigation and Other Construction IDIQ Construction Contract Description: The work of this contract consists of: A. The work of this contract consists primarily of performing work associated with the significant lowering of Lake Mead water levels due to recent drought conditions. This work includes (1) The demolition of existing asphalt boat launch ramps, replacing them with concrete launch ramps, constructing new launch ramps and making repairs as necessary to keep existing launch ramps functioning at low water; (2) Constructing new roads and parking areas to new launch ramps, Repairing storm damage, grading existing roads, beaches and parking areas; (3) Extending flood dikes, breakwaters and dock anchors; and (4) Other mitigation related work. The minimum size task order will be $10,000, and the maximum size will be $5,000,000. A task order may consist of numerous individual projects and the minimum size of a project will be $10,000. The construction periods of up to two projects may overlap one another. The Contractor will be notified at least 14 calendar days in advance of a project start date. A separate Notice To Proceed shall be issued for each project. B. Launch Ramp Work: The possible locations for the work may consist of one or more of seven (7) existing launch ramp locations and the possibility of three (3) new locations, all on Lake Mead. The primary work items will consist of demolition and removal of the existing asphalt boat launch ramps and replacement with concrete boat launch ramps as shown on the drawings. See ramp locations and approximate square yardage below. The quantities used are intended only to approximate work that may be ordered at each location and to be used as a basis for establishing unit prices. The individual task orders will include specific designs and actual quantities at the time the work order is executed. The length of the launch ramp construction will vary depending on the actual water level of Lake Mead at the time the work order is executed. 1. Launch ramps will be extended as close as possible to the existing water level at the time of construction. Contractor will be expected to plan their operations to coordinate with this low water level and construct the maximum length of ramp possible at all locations. 2. Underwater construction, cofferdams or dewatering are not anticipated under this contract and unit pricing should not include these methods for accomplishing the launch ramp work. If underwater construction, cofferdams and/or dewatering are determined to be necessary by the contracting officer's representative for accomplishment of work under a particular work order, then an equitable adjustment to the unit price will be determined prior to beginning the work. 3. Work orders issued under this contract may also involve other work items associated with the individual launch ramp locations, including but not limited to concrete curbing, concrete sidewalk, anchor points, breakwaters, courtesy docks, repairs to keep existing ramp functioning, lighting, and accessible loading platforms. 4. Location and approximate existing launch Ramp replacement total square yardage (based on water elevations continuing to recede as projected) for the next five years is as follows: 1. Callville Bay, Nevada - 6,200 square yards 2. Echo Bay, Nevada - 16,900 square yards 3. Hemenway Harbor, Nevada - 25,400 square yards 4. Boulder Harbor, Nevada - 39,400 square yards 5. Overton Beach, Nevada - 4,000 square yards 6. South Cove, Arizona - 1,300 square yards 7. Temple Bar, Arizona - 38,000 square yards 5. Contractor shall plan their work so that approximately one-half of the launch ramp shall be maintained open to the public for boat launching during construction. Contractor will not be allowed to work on the launch ramp during weekends and holidays without written permission from the Contracting Officer's Representative. During weekends and holidays Contractor shall make as much of the existing ramp available for public launching as is possible. 6. As water levels continue to recede some existing launch ramps may become unusable. When this happens it will become necessary to construct new launch ramps, access and parking at new locations. Areas where it is anticipated that new launch ramps will need to be built are Callville Bay, Government Wash, Stewarts Point and South Cove. C. Road/Grading, Flood Dikes and Miscellaneous Work: This work includes grading and repairing existing roads/parking lots, grading new parking lots, repairing storm damage to roads, repairing damage to drainage structures, extending flood control dikes and breakwaters. Storm damage to roads may require road repair work upon short notice at any location within the Lake Mead National Recreation Area. All construction work is within the Lake Mead National Recreation Area in Clark County, Nevada, and Mohave County, Arizona. Type of Procurement: A firm-fixed price Indefinite Delivery-Indefinite Quantity (IDIQ)contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. It is anticipated that multiple awards will be made. NAICS: 237990 and 237310 Estimated price range: To be determined by each Task Order. Time for completion: 1 year contract with 4 option period. Time for completion will be determined for each Task Order Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. All responsible sources may submit an offer that will be considered.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2242911)
 
Place of Performance
Address: Mohave County Arizona and Clark County Nevada
Zip Code: 89005
Country: US
 
Record
SN01109359-W 20060810/060808221831 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.