SOLICITATION NOTICE
Z -- Remove Shingles and Reroof 11 Structures
- Notice Date
- 4/1/2010
- Notice Type
- Presolicitation
- Contracting Office
- MWR - Administration 601 Riverfront Drive Omaha NE 68102
- ZIP Code
- 68102
- Solicitation Number
- N6620100024
- Response Due
- 4/19/2010
- Archive Date
- 4/1/2011
- Point of Contact
- Diana Vanderzanden Contracting Officer 4026611660 Diana_vanderzanden@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
- This is a presolicitation notice to announce that the Department of Interior, National Park Service, Omaha Regional Office intends to issue a Request for Proposal (RFP) N6620100024 for FY10 Remove Shingles and Reroof 11 Structures at Sleeping Bear Dunes Historical Lakeshore, Michigan. The project will include: Installing a new roof on eleven historic structures located on South Manitou Island in Sleeping Bear Dunes National Lakeshore: including but not limited to: 1. Removal and disposal of existing cedar shingles and miscellaneous flashing. 2. Selective replacement of deteriorated board roof sheathing. 3. Installation of cedar shingles and copper metal flashing. 4. Installation of a roof vent system. 5. Selective fascia replacement. 6. Selective flashing replacement around chimneys and dormers. RFP ISSUANCE DATE: The anticipated issuance date of the RFP is on or about 16 April 2010 with an anticipated closing date of 19 May 2010. The anticipated period of performance is 180 calendar days after receipt of the Notice to Proceed Note: There will not be a public bid opening for this requirement. The RFP will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about 16 April 2010. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. SITE VISIT: 4 May 2010 at 9:00 A.M.Eastern time. All firms and parties will meet at the Manitou Transit (Ferry) for transportation to the island. The Ferry will be reserved for the whole day for the trip over and back by the Park Service. Any contractor wishing to take part in this site visit MUST be at the Ferry before the 0900 departure time. The space aboard the ferry is limited to 66 persons; first come first serve. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000. The applicable NAICS code for this action is 236130 (Roofing Contractors) the Small Business Size Standard for this NAICS is $14 Million, in average gross annual receipts for the past 3 fiscal years. In accordance with FAR 19.10 and agency supplements, this project will utilize Full and Open competition procedures pursuant to the Small Business Competitiveness Demonstration Program. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - 20% of the contract price. Payment and Performance bonds - 100% of the contract price. Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. CENTRAL CONTRACTOR REGISTRATION INFORMATION: To be eligible for a government contract, contractors must be registered in the Central Contractor Registration (CCR) government system prior to award. The link for the CCR can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for award (see FAR Subpart 4.11). ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12) QUESTIONS: ALL QUESTIONS WILL BE PRESENTED TO THE CONTRACT SPECIALIST ON THIS PROJECT, NOT THE PARK. Solicitation Type: Request for Proposal (RFP) Solicitation Type of Contract: Firm Fixed PriceSynopsis Posted Date: April 1, 2010Site Visit Date: 4 May 9:00 am. Eastern TimeProposal Due Date: 19 May 2010 by 2 pm. Description: Remove Shingles and Reroof 11 Historical Structures Place of Performance: Sleeping Bear Dunes Historical Lakeshore, Michigan Contracting Office Address: MWRO - OMAHA Regional Office, 601 Riverfront Drive, Omaha, NE 68102 Point of Contact(s): Diana Vanderzanden Contract Specialist Phone: 402-661-1660 FAX 402-661-1661Email: Diana_Vanderzanden@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6620100024/listing.html)
- Place of Performance
- Address: Sleeping Bear Dunes Historical Lakeshore, Michigan
- Zip Code: 68102
- Zip Code: 68102
- Record
- SN02109668-W 20100403/100401234954-e5bf10420ab745e95424b538cd177153 (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 |