SOLICITATION NOTICE
Y -- Olympic National Park ELWHA River Restoration Port Angeles Water Treatment Plant
- Notice Date
- 5/23/2007
- 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
- N8000070911
- Response Due
- 6/7/2007
- Archive Date
- 5/22/2008
- 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 will be available in Adobe PDF format, and drawings will be available in TIFF 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. " Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in CCR in order to conduct business with the Federal Government. " Proposed Issue Date: 7 June 2007 " Title of Project: Port Angeles Water Treatment Plant Description: The work of this contract consists of The work of this project will include construction of a new water treatment facility including, but not limited to: structural, piping; electrical; mechanical; utilities and site work for coagulation/flocculation/sedimentation basins, filtration basins, clearwells, sludge drying bed, recycle basin, and administration/laboratory/shop spaces. The project will also include building modifications to existing Ranney Well and well control buildings at remote well site, and well pump removal and installation. The Contractor will perform plant start-up and be responsible for demonstrating operations in compliance with Washington State Department of Health requirements. " Type of Procurement: A negotiated firm-fixed price 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. " Estimated price range: $15,000,000 to $25,000,000. " Time for completion, 730 calendar days. " Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. " A pre-proposal meeting is planned in Port Angeles, Washington in late June, 2007. Specific date will be published when it becomes available. " All responsible sources may submit an offer that will be considered. " It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. " In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS subcontracting goals for Fiscal Year 2006 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 19%; Small Disadvantaged Business Concerns - 3%; Small Women-Owned Business Concerns - 5%; HUBZone Small Business Concerns - 3%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 2.5%. " Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (Jul 2005) (status of firms can be found on CCR's Dynamic SB Search).
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2520701)
- Place of Performance
- Address: Clallam County, Washington.
- Zip Code: 983626757
- Country: USA
- Zip Code: 983626757
- Record
- SN01301654-W 20070525/070523230351 (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 |