SOLICITATION NOTICE
Y -- RECOVERYRECOVERYTAS:: 14 1041::TAS RECOVERY CUVA PMIS# 151794
- Notice Date
- 2/22/2010
- 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
- N616610A004
- Archive Date
- 2/22/2011
- Point of Contact
- Patricia J. Auten Contract Specialist 3039876689 patti_auten@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
- HUBZone
- Description
- TAS::14 1041::TAS RECOVERY CUVA PMIS #151794 Tinkers Creek Aqueduct - Phase 2. 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 Tinkers Creek Aqueduct Replacement/Rehabilitation - Phase 2, located in Cuyahoga Valley National Park in Brecksville, OH. 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. This solicitation is 100% set-aside for SBA certified HUBZone firms, nationwide. 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. 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 8, 2010 (Approximate)Title of Project: Tinkers Creek Aqueduct Replacement/Rehabilitation - Phase 2, Brecksville, OH, CUVA 151794 Description: Phase Two of the project to Replace/Rehabilitate Tinkers Creek Aqueduct will require the temporary relocation of the Towpath Trail onto Canal Road, removal and storage of the existing two-span pedestrian trail bridge and removal and disposal of pipes/culverts used as a temporary conveyance/overflow system. Masonry work includes the rehabilitation of existing historic sandstone abutments and the dismantling and reconstruction of the existing historic sandstone center pier. The project also includes; installation of a temporary sheet-pile cofferdam in Tinkers Creek for access to the center pier; installation of new foundations of drilled micropiles and concrete pile caps; installation of cast-in-place concrete transition structures and substructures to tie the canal to the new aqueduct trough; installation of the water-tight cast-in-place concrete aqueduct trough itself over Tinker Creek; re-erection of the Towpath Trail bridge; erection of signage and barriers on Canal Road and the Towpath Trail; and associated re-grading of the canal embankments and restoration of the site. The Contractor will also be responsible for maintaining a minimal amount of water in the canal on either side of the work site and to make provisions for dealing with high water events both in the canal and in Tinkers Creek for the duration of construction. The NAICS code is 237110. The small business size standard is $33,500,000. The estimated price range for this project is between $1 and $2 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. - Estimated price range, $1M to $2M. - Time for completion 275 calendar days. - Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. - All responsible HUBZone 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. 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/N616610A004/listing.html)
- Place of Performance
- Address: Cuyahoga Valley National ParkCuyahoga County; Brecksville, OH
- Zip Code: 44141
- Zip Code: 44141
- Record
- SN02070940-W 20100224/100222235611-98adeb5d8213d2d28546c12ff551467f (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 |