SOLICITATION NOTICE
Z -- RECOVERYRehabilitation of Roads, Parking Areas, Culverts and Historic Headwalls at Acadia National Park.
- Notice Date
- 12/3/2009
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2051100002
- Archive Date
- 12/3/2010
- Point of Contact
- LaDonna Collins Contract Specialist 3039692181 ladonna_collins@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
- N/A
- Description
- TAS::14 1041::TAS RECOVERY ACAD PMIS # 151121,152170 General: The National Park Service (NPS), Department of the Interior (DOI), is soliciting proposals on a full and open competitive basis from construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the DOI National Business Center (NBC) website, 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 on the NBC website. Proposal documents will be available in Microsoft Word, HTML, and Adobe PDF; specifications will be available in Adobe PDF format; drawings will be available in 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 and/or www.fbo.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 NBC site at http://ideasec.nbc.gov 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 benefits not only the contractor by allowing him or her to maintain an accurate and complete record, but also the Contracting Officer, as he or she 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 Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Issuance Date: December 18, 2009Title of Project: Rehabilitation of Roads, Parking Areas, Culverts and Historic HeadwallsLocation: Acadia National Park, Maine, Hancock County Description: This is a pre-solicitation notice for a contractor to provide all labor, materials, tools, equipment, transportation, and supervision to include road preservation treatment for approximately 32 parking areas and access road sites along the Park Loop Road. Partial and full-depth patching, milling, and shimming, as required, followed by a hot mix asphalt (HMA) overlay. Also consists of partial reconfiguration and the construction of additional parking spaces for one of the parking areas. This work also includes the rehabilitation of pipe culverts and historic stone masonry headwalls at approximately 41 to 78 locations along the Park Loop Road. The work will consist of full and partial replacement and slip restoration of historic stone masonry headwalls via re-pointing and reconstruction, as required, to restore the headwalls as originally constructed. Inspection of the work site is highly encouraged. To aid viewing of proposed culvert and headwall work, locations are marked on the right side of the pavement with flagging and masonry nails. As much of the road system is closed for the season, contact Chief of Maintenance Jim Vekasi at 207-288-8750 or Roads Foreman Alan Farnsworth at 207-288-8754 to arrange entry. The project performance period is 274 days after issuance of the notice to proceed, approximately March -- November 2010. The NAICS code is 238990. The solicitation with specifications, drawings, and wage rates will be posted to the websites http://www.fedbizopps.gov and http://ideasec.nbc.gov on or about December 18, 2009. No hard copies of the solicitation package will be mailed or issued. To receive the solicitation package you must download it from http://ideasec.nbc.gov. Type of Procurement: It is anticipated that a 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 and also its price. Competition will be full and open. Proposal receipt date is approximately January 19, 2010. Actual date and time will be included in solicitation. Estimated price range: $2,000,000 to $3,500,000. 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 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 2009 for the participation of small businesses at a minimum are as follows:Small Business Concerns - 60%; Small Disadvantage Business Concerns - 24%; Small Women-Owned Business Concerns - 6%; Hubzone Small Business Concerns - 10%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran Owned Business Concerns - 3%; 8(a) Concerns - 12%. 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 (July 2005) (status of firms can be found on CCR's Dynamic SB Search). End of Announcement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2051100002/listing.html)
- Place of Performance
- Address: Acadia National Park, Hancock County, Bar Harbor, Maine.
- Zip Code: 046090177
- Zip Code: 046090177
- Record
- SN02015863-W 20091205/091203235135-803a68c41b0d46aafae45e21264dbb51 (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 |