Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

Y -- RECOVERYTAS:: 14 1041::TAS RECOVERY OLYM PMIS# 005375 3.08

Notice Date
2/22/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011101190
 
Archive Date
2/22/2011
 
Point of Contact
Nicole Haines Contracting Officer 3039692473 Nicole_Haines@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
TAS::14 1041::TAS RECOVERY OLYM PMIS# 005375 3.08; Lower Elwha Klallam Tribe (LEKT) Wastewater Treatment System. The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, CO 80225 anticipates awarding a firm-fixed price contract for Lower Elwha Klallam Tribe Waste Water Treatment System, located near Olympic National Park, Port Angeles WA. This project has been approved for funding under the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the Act. Competition for this procurement will be limited to 8(a) firms located in Region 10 (Alaska, Washington, Oregon, and Idaho) and 8(a) Participants in good standing serviced by an SBA office outside of Region 10, but having a Bona Fide Branch Office in Region 10. A Bona fide branch office is a place of business for purposes of 8(a) construction procurements located where an 8(a) Participant regularly maintains an office which employs at least one full-time individual within the appropriate geographical boundary. The term does not include construction trailers or other temporary construction sites. All other 8(a) Participants are deemed ineligible to submit offers. Joint Venture Agreements - Joint Venture Agreements are allowable on competitive 8(a) set-asides and must be received by SBA prior to cost proposal due date and approved before award of a resulting contract. If you are contemplating a joint venture on this project you must advise your assigned Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF COST PROPOSAL. General: The National Park Service, Department of Interior, is soliciting proposals for 8(a) construction firms as described above 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. No paper copies will be issued. 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. Proposed Issue Date: March 16,2010 (Approximate)Title of Project: Lower Elwha Klallam Tribe (LEKT) Wastewater System, OLYM-005375.3.08, Port Angeles WADescription: This project will construct a new vacuum assisted wastewater collection system within the LEKT reservation that will convert tribal residences from septic tank and leach field treatment systems to a reservation-wide collection system. The existing septic tanks will be abandoned in accordance with State of Washington Department of Ecology requirements. This collection system will not provide treatment of the wastewater other than odor control as it is being conveyed to the City of Port Angeles' existing wastewater treatment plant. The vacuum assisted wastewater collection system will consist of approximately four (4) miles of vacuum mainlines and three (3) miles of service laterals from structures to the vacuum mainlines. Each structure will have a gravity to vacuum conversion collection valve pit. The collected wastewater will be conveyed to a single vacuum and lift station pump house, located on the reservation, where the wastewater will be pumped approximately two (2) miles, within a forcemain, along the new Lower Elwha Valley Access Road alignment. The forcemain will change to a gravity sanitary sewer main, approximately one-half (0.5) miles in length, that will outfall into the existing City of Port Angeles' wastewater collection system. The NAICS code is 237110. The small business size standard is $33,500,000. The estimated price range for this project is between $11M and $13.5 Million. 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. 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. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101190/listing.html)
 
Place of Performance
Address: Near Olympic National ParkPort Angeles WA
Zip Code: 983626757
 
Record
SN02070711-W 20100224/100222235249-212c93d908a9c43e526b704e892e06ca (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.