Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOLICITATION NOTICE

Z -- Window inserts with UV filtering plastics, and exhibit case doors

Notice Date
6/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N1420100259
 
Archive Date
6/14/2011
 
Point of Contact
Joseph R. Gatlin Contracting Officer 3039692660 Joseph_Gatlin@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
Total Small Business
 
Description
PRE-SOLICITATION NOTICE:N1420100259 Fort Laramie National Historic SiteUV Window Inserts and Exhibit Cases06/14/2010 This is a Pre-Solicitation "Notice" only. This is not a Request for Proposals. The purpose of this notice is to announce the intent of the government to post a Solicitation at a later date. The solicitation will be posted approximately 15 days after the posting of this notice. See Schedule below. The National Park Service (NPS) is planning to solicit and award a contract for the fabrication and installation of interior fitting window inserts that will limit the UV light in the exhibit spaces and the design, fabrication and installation of exhibit case door frames at the Fort Laramie National Historic Site, Fort Laramie, Wyoming. A) No responses are required at this time and will not be accepted in response to this Pre-Solicitation notice. B) Brief Description of Project Scope: The work of this contract will consist of fabrication and installation of window inserts and exhibit case doors/frames. C) This contract will be set aside for Small Businesses only. All Small Business certified may submit a proposal which shall be considered by the National Park Service. The award will be restricted to Small businesses only. D) Estimated Price Range: Between $25,000 and $100,000. E) Once the solicitation is posted, the request for proposals and construction documents shall be available without charge, through www.fedbizopps.gov. A paper solicitation will not be issued and electronic submission of contractor proposals will not be accepted. F) Pre-proposal Site Visit: A Pre-Proposal site visit is anticipated, and will be scheduled, with information regarding the site visit to be included in the solicitation. G) Proposed Contract Type: Firm Fixed Price Construction contract. Davis Bacon Wage Rates will prevail for this contract, and will be provided in the solicitation information. H) Schedule: All dates are tentative and subject to change. Approx. Issue Request for Proposals (Solicitation): 06/30/2010Approx Site Visit date: 07/06/2010Approx. Proposal due date: 07/30/2010Approx. Award of contract: 08/09/2010Approx. Issue Notice to Proceed: 08/23/2010Approx. Start of performance: 09/01/2010Approx. Completion of contract performance: 09/30/2010 I) Evaluation Criteria: Selection will be based on price and non-price factors and award will be made to the offeror presenting the Best Value to the Government. The Government will not accept an offer for award on the basis of superior capability without concern for the price of the offer. Factors are listed below and are considered equal in importance. **** Non-Price Factors **** 1. Past Performance: A measure of the degree to which an offeror has satisfied its customers in the past on projects of similar size, scope, and complexity. Past Performance is demonstrated by the ability to deliver high-quality, cost effective facilities in a timely manner. The NPS will evaluate past performance based on contracting references provided by offerors, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. 2. Prior Experience: "Prior Experience" is differentiated from "Past Performance" in that prior experience is factual, documented, information about specific work the contractor has performed, which demonstrates their technical ability to accomplish the work. The offeror's ability to effectively manage the following project aspects, as demonstrated on projects completed within the past 5 years, will be considered in the evaluation of the following factors: Potable water tank restoration, repair, and repaint. Offerors will be required to submit information regarding projects they have completed within the past five years. 3. Technical Approach: Method that will be used to accomplish the specified requirements. 4. Management Approach: Description of approach, and performance for completion of the project. **** Price **** All evaluation factors other than price, when combined, are considered equal to price. END
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1420100259/listing.html)
 
Place of Performance
Address: Fort Laramie, Wyoming
Zip Code: 822127625
 
Record
SN02176516-W 20100616/100614234344-1407d398149b31bb9bcdf87ec765b446 (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.