SOLICITATION NOTICE
Z -- RECOVERY - Replace Condemned Portions of the Quarry Visitor Center
- Notice Date
- 10/16/2009
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- N2011090521
- Response Due
- 12/2/2009
- Archive Date
- 10/16/2010
- Point of Contact
- Evelyn M. Tate Contract Specialist 3039692229 evelyn_tate@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RECOVERY NAICS CODE: 236220, Commercial and Institutional Building Construction SMALL BUSINESS SIZE STANDARD: $33.5 M This project is 100 percent set aside for 8(a) firms in Region 8 (Colorado, Wyoming, Montana, South Dakota, North Dakota, and Utah). TITLE OF PROJECT: Replace Historic Quarry Fossil Shelter 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. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has a Interested Vendors List and a Watchlist that you can add your company's interest. Plan holders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all amendments and attachments are available only at the National Business Center's website. 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 (www.ccr.gov) in order to conduct business with the Federal Government. ANTICIPATED SOLICITATION ISSUED DATE: November 2, 2009 ANTICIPATED PROPOSAL RECEIPT DATE: December 2, 2009. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. DESCRIPTION: The Work consists of the following: 1. The relocation of the visitor center functions from their current location at the fossil quarry southwest to the existing contact station. The Work includes work at two separate building sites: the existing Quarry Exhibit Hall and the Lower Visitor Center. 2. Work at the Quarry Exhibit Hall includes the protection of the in-situ fossil resources on the quarry face during renovation work and demolition of failed portions of the existing visitor center. The existing structure covering the fossil wall will be stabilized and converted into a resource shelter. Portions of the existing structure to be demolished will be salvaged for reuse in the exhibit hall. Install new concrete pier and foundation system, new framed stud wall on south wall of the exhibit shelter, new window system at exterior walls, new mezzanine structure with salvaged wood decking, new interior and exterior ramp and railing system. Install new roof drainage, heating and cooling, electrical, communication, and security systems. Build new free-standing comfort station and shade structure. Site work will include a new access road to the west side, re-grading and a new pedestrian access walk along the south face of the Exhibit Hall.3. The work includes renovations and additions to the existing Visitor Contact Station into its new function as the Lower Visitor Center. Demolition work includes removal of interior walls and plumbing. The existing structure, interior slabs, and space frame will remain. Additions will include lobby, contact desk, exhibits and a multipurpose room. The existing interior will be renovated to include restrooms, office spaces, bookstore, and support spaces. A new roof with upgraded insulation will be installed throughout. A photovoltaic power system is included as a bid option. Site work includes drainage improvements, new pedestrian bridge, revisions to the east end of the west parking lot, revisions to the shuttle bus drop off, temporary visitor center trailer and bookstore, and utility relocations and upgrades. 4. Work at the Lower Visitor Center is designed to comply with a Silver Certification Level according to the U.S. Green Building Council's Leadership in Energy & Environmental Design (LEED) for New Construction Rating System, Version 2009as specified in Division 01 Section "Sustainable Design 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: $7,500,000.00 to $8,500,000.00. TIME FOR COMPLETION: 540 calendar days. All responsible 8(a) sources in Region 8 (Colorado, Wyoming, Montana, South Dakota, North Dakota, and Utah) 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. END OF ANNOUNCEMENT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011090521/listing.html)
- Place of Performance
- Address: Dinosaur National Monument (DINO) - Uintah County, UT
- Zip Code: 84035
- Zip Code: 84035
- Record
- SN01987117-W 20091018/091016235314-b34c455dfcf19b2421ea47027fd3b756 (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 |