SOLICITATION NOTICE
Z -- Gateway National Recreation Area - Requirement for Replacing Garage Doors at Fort Wadworth, Staten Island, NY 10305.
- Notice Date
- 7/15/2010
- Notice Type
- Presolicitation
- Contracting Office
- NER - GATE Gateway National Recreation Area 210 New York Ave. Staten Island NY 10305
- ZIP Code
- 10305
- Solicitation Number
- N1770108213
- Response Due
- 8/30/2010
- Archive Date
- 7/15/2011
- Point of Contact
- Cheryl Adamski Contract Specialist 7183544722 Cheryl_Adamski@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
- SOLICITATION NUMBER: N1770108213National Park Service Fort WadsworthMont Sec Avenue HousingStaten Island, NY 10305POINT OF CONTACT: cheryl_adamski@nps.gov Phone Number: 718-354-4722 This solicitation is being issued as a small business set-aside. The North American Industry Classification System (NAICS) code for this project is 238990, All Other Specialty Trade Contractors, with a business size standard of $14.0M. This is a Construction Buy, pursuant to Federal Acquisition Regulations Part 36. SCOPE OF WORK INCLUDES: It is the intention under the terms and conditions of this construction purchase to provide removal, repairs, furnishing, and installation required for the replacement of thirty-two (32) residential garage doors, located within five (5) detached garages located at Buildings 104, 105, 116, 117, and 123 at Fort Wadsworth, Mont Sec Avenue, Staten Island, NY 10305. The overhead sectional doors are currently in a state of sever deterioration due to years of weathering. This project will restore all garage doors to a usable and securable condition, while upholding their historical appearance. All garages are eligible for listing on the National Register, and were built by the military between 1931-1935. Schematic design of the garage doors will be specified in drawings that will be attached to the Request for Proposal package. Contractor will be required to: (1) coordinate with COTR to ensure all personal property is removed prior to commencement of work, (2) remove all existing, non-historic overhead sectional doors, tracks, hardware, non-structural headers, and door stops at heads and jambs, (3) dispose of all removed materials in accordance with local regulation and best practices, (4) protect all existing historic fabric, including door frames, (5) measure and verify, in the field, all existing dimensions, sizes, overhead clearances, and conditions, (7) submit samples and shop drawings for review by the National Park Service (NPS), (8) store and protect all materials during the interim, (9) provide and install thirty-two (32) new replacement overhead doors and related operating and locking hardware, (10) check all work for proper operation, fit, and finish, (11) perform all work in accordance with the Secretary of the Interior's Standards for the Treatment of Historic Properties, local codes (including wind load) and NPS policy. The goals of this project will be to provide for operability of doors so that garage interiors are functional, secure, and preserved; replace historically incompatible units with new doors that visually match the original design to the greatest extent feasible; and to minimize future maintenance. PLEASE NOTE: The Contractor shall note the historical significance of the site upon which work shall be performed. It shall be the Contractor's responsibility to furnish personnel whom can execute first-class workmanship in the materials and methods specified, and who will take any necessary precautions to protect any and all elements of this historic site. Contractors are strongly encouraged to familiarize themselves with the Secretary of the Interior's Standards for the Treatment of Historic Properties with Guidelines for Preserving, Restoring, Rehabilitating, and Reconstructing Historic Buildings: http://www2.crnps.gov/tps/standards/index.htm, http://www2.cr nps.gov/tps/secstan1.htm. In accordance with FAR 5.102, availability of the solicitation will be limited to electronic medium. The solicitation will NOT be directly provided in a paper hard copy format or CD ROM. In accordance with FAR 5.102(a)(7), the availability of the solicitation will be limited to the Internet. When the solicitation is issued, the address for downloading the solicitation from the Internet is as follows: http://ideasec.nbc.gov. Downloading from the Internet is free of charge. Hard copies (paper sets) of the solicitation will not be provided by the Government. Notification of any change to this solicitation (amendments) shall be made only on the Internet. Therefore, it is the contractor's responsibility to check the Internet site for any posted changes to the solicitation, plans and specifications. The Request for Proposal package will be issued on Friday, July 30, 2010 and the date for receipt of proposals is 2:00 P.M. EST on August 30, 2010 at NPNHContracting_BidProposal@nps.gov to the attention of Cheryl Adamski. The estimated cost for this procurement is between $100,000 and $250,000. Questions about the solicitation must be submitted in writing via email: cheryl_adamski@nps.gov. The point of contact for this project is Cheryl Adamski at 718-354-4722 or cheryl_adamski@nps.gov. Per the Debt Collection Improvement Act of 1996, all contractors are required to register in the Central Contractor Registration (CCR) Database. Be advised, failure to register in the CCR makes an offeror ineligible for award of contracts. Contractors must be registered in the Central Contractor Registration system in order to receive contract award. As a security precaution, vendors must register themselves through the on-line CCR system. Instructions are contained on the website for downloading solicitation and attachments. TELEPHONE OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED. Award will be made to the responsive responsible contractor based on technical proposal and price. Contractor awarded this contract will need to be listed on the Central Contractor Registration website at www.ccr.gov and have a current active registration. All information will be posted in the solicitation. A pre-proposal conference will be scheduled. The Period of Performance for this project is 109 calendar days from date of award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1770108213/listing.html)
- Place of Performance
- Address: Gateway National Recreation Area, Fort Wadworth, Mont Sec Avenue, Staten Island, NY 10305.
- Zip Code: 10305
- Zip Code: 10305
- Record
- SN02207507-W 20100717/100715235554-2dd0b76ee2edf244597177bd689b1945 (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 |