SOLICITATION NOTICE
Y -- Lake Mead National Recreational AreaClark County, NevadaLAKE-158695Construct North Shore Entrance Station
- Notice Date
- 9/7/2010
- 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
- N2011101539
- Archive Date
- 9/7/2011
- Point of Contact
- Teresa M Gorel Contract Specialist 3039692942 teresa_gorel@contractor.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
- LAKE-158695 TITLE OF PROJECT - Construction North Shore Entrance Station, Lake Mead National Recreation Area, Clark County, Nevada SET-ASIDE TYPE: Service-Disabled Veteran Owned Small Business Set-Aside Solicitation #: 1443N2011101539 General: The National Park Service (NPS), Department of Interior, is soliciting proposals for Service Disabled Veteran (SDV) Owned Small Business construction firms having the capability to perform the work described below. The 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. 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 for 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. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. 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 benefits not only the contractor by allowing him or her to maintain an accurate and complete record but also the Contracting Officer, as he or she 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 Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Issue Date: On or about September 22, 2010 Description: The purpose of this project is general construction of an entrance station including, but not limited to site work, foundations, concrete and steel stud walls, steel framing, doors, windows, interior finish work, equipment, plumbing, mechanical, electrical, information and security systems, and photovoltaic systems.The North Shore Entrance Station requires site preparation including a turn-around area, utility extensions and connections, construction of the 440 square foot main building and 40 square foot satellite building with shade structures, security systems, and solar collection systems for supplemental power. 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 as stated in the solicitation. Estimated price range: $1,300,000 to $1,700,000. Time for completion: 395 calendar days; actual date will be established at the time proposal documents are available. All reasonable SDV owned small business concerns 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 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101539/listing.html)
- Place of Performance
- Address: Lake Mead National Recreational AreaClark County, Nevada
- Zip Code: 890052426
- Zip Code: 890052426
- Record
- SN02271212-W 20100909/100908063614-120d4430439e1f909f7e8d14861e7953 (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 |