SOLICITATION NOTICE
F -- Roadside Brush Removal @ Yosemite National Park
- Notice Date
- 5/24/2010
- Notice Type
- Presolicitation
- Contracting Office
- PWR - PWRO Pacific West Regional Office-Seattle 909 First Avenue Seattle WA 98104
- ZIP Code
- 98104
- Solicitation Number
- N8822101016
- Archive Date
- 5/24/2011
- Point of Contact
- Jara P. Woodard Purchasing Agent 2062204025 jara_woodard@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
- Service-Disabled Veteran-Owned Small Business
- Description
- NOTICE: 100% SET-ASIDE UNDER THE SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS PROCUREMENT PROGRAM IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS SUBPART 19.14. Project Name: Roadside Brush Removal @ Yosemite National Park. This announcement is in reference to Solicitation Number N8822101016. The US Department of the Interior, the National Park Service, Pacific West Regional Office intends to solicit proposals from qualified Service Disabled Veteran Owned Small Business firms for a firm-fixed-price service contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to: Roads to be cleared of encroaching vegetation along Badger Pass intersection to Glacier Point Road approximately 11 miles of roads. Two (2) bid additives for up to five (5) additional miles. Bid additive 1: Intersection at the Merced River (El Portal Road) to Old Big Oak Flat Road trailhead above the Foresta Road interection (approximately 3 miles). Bid additive 2: El Portal Road from the intersection of the Big Oak Flat Road (approximately 2 miles). Roads to be cleared of brush, small trees, and limbs growing near the road edge. Improve sight lines and vehicle clearance for motorist safety. The North American Industry Classification System (NAICS) code for this requirement is 561730, and the small business size standard is $7.0 million. This is a "Best Value" negotiated procurement: selection is based on Cost/Price, and Experience meeting quality standards when cutting vegetation in accordance with written specfications & Past Performance. To be considered technically qualified a firm must be a Service-Disabled Veteran-Owned Small Business in accordance with Federal Acquisition Regulations Subpart 19.14. A site visit will be scheduled for all interested and qualified parties the time and date to be announced in the solicitation. The solicitation and attachments will be posted electronically on or about June 7, 2010 at the following website: www.fedbizopps.gov. (See FEDBIZOPPS SEARCH, below). All Amendments will also be posted to this website. Responses will be due approximately 30 days following the date of posting of the solicitation unless extended. FEDBIZOPPS SEARCH: Search by referencing the solicitation number (N8822101016), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted and no packages will be available in hard copy. The point of contact for this solicitation is Jara Woodard, Contract Specialist, National Park Service, PWRO, 909 First Avenue, Seattle, WA 98104. Email address is jara_woodard@nps.gov. All qualified Service Disabled Veteran-Owned sources may submit a quote, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors will be asked to register their company with the IDEAS Electronic Commerce website (www.ideasec.gov). Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Available files to download will be in one, or a combination of the following formats: HTML, Microsoft Word - 2007, Microsoft Excel - 2007, Portable Document Format (PDF), or AutoCAD DWG or DWF. Responses from Offerors will be accepted in hard copy format only, at the address of the point of contact stated earlier in this announcement. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving: Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or-rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. The Government reserves the right to cancel this announcement and or the solicitation. This announcement does not constitute the solicitation. End of Announcement.*****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8822101016/listing.html)
- Place of Performance
- Address: Yosemite National Park, Mariposa County, CA
- Zip Code: 95318
- Zip Code: 95318
- Record
- SN02158361-W 20100526/100524234707-617d1e478e96b8ab852c6bd8f5048d36 (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 |