SOURCES SOUGHT
Y -- GRCA - Boat House Design/Build
- Notice Date
- 11/18/2010
- Notice Type
- Sources Sought
- Contracting Office
- IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- A8219113000
- Response Due
- 11/30/2010
- Archive Date
- 11/18/2011
- Point of Contact
- Janet S. Alexis Contracting Officer 9286387432 sharlene_alexis@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
- General: This is a Sources Sought Synopsis for the purpose of conducting market research, and obtaining industry information ONLY. No proposals are being requested, nor accepted at this time. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications from members of both large and small business concerns, including 8(a), Historically Underutilized Business Zone (HUBZone), Small Disadvantaged Business (SDB), and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The National Park Service (NPS), Intermountain Region, Arizona Major Acquisition Buying Office (Arizona MABO), will use information obtained through this synopsis to develop an acquisition strategy for the design / build of a metal building Boat House. This is for the design/build of a Boat House within the facilities of the Maintenance Complex located at the South Rim Village at Grand Canyon National Park. The Boat House will be approximately 10,500 square feet and include kitchen area and offices. Will include the demolition of asphalt parking area to prepare for foundation work and to provide utility trenching through concrete and asphalt. A full set of plans and specifications will be provided upon issuance of the solicitation. The NPS, Arizona MABO intends to issue a Request for Proposal (RFP), for the design/build of a Boat House within the facilities of the Maintenance Complex. The contractor shall be responsible furnishing all materials, labor, plant, tools, transportation, equipment, services and incidentals necessary to complete contract from conception through completion. All work will be accomplished in accordance with contract requirements, specifications, construction drawings, and a detailed estimate developed using contract specific cost estimating software and unit price databases. A Solicitation is anticipated for issuance on or about December 8, 2010 with a response date of January 25, 2011. Specific due date for the submission of Proposals will be outlined within the pending solicitation and specific items within the issued solicitation will take precedence over this announcement. Based on the results of our market research, and interest demonstrated by responses to this synopsis, our ultimate goal is to award a contract to a single business type classification. The North American Industry Classification System (NAICS), code(s) for this contract will be 236210. The small business size standard will be $33.5 million average annual revenue for the previous three years. The selection process for award will be conducted in accordance with FAR Part 15, Source Selection Procedures, Lowest Price Technically Acceptable (LPTA). Technical, and Price will be the only factors.. Prospective offerors will be required to submit a written technical proposal and a price proposal for the award. The projects will be used to evaluate the offeror's price and technical proposals. For the purposes of this Sources Sought Synopsis, the NPS is requesting that interested businesses furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Business type classification, 8a, HUBZone, SBD, SDVOSB, large / small business etc., (3) Provide a general statement of your qualifications, capabilities and demonstrate the capacity to perform this type of work, (4) Demonstrate experience and technical competence in the execution of construction projects, in the dollar value range of $500,000 to $1,000,000. Also, provide a brief description of previous projects / work performed, contract number, total contract value, and period of performance for the selected examples. Contracts must be the same or similar to the work described in this announcement. We request electronic / e-mailed responses ONLY. NO telephone calls will be accepted. Responses should be provided no later than 30 Nov 2010. The Government is under no obligation to consider information received after 30 Nov 2010 as part of the formal market research for this, or any future acquisition that may be contemplated. All responses should be e-mailed to sharlene_alexis@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/A8219113000/listing.html)
- Place of Performance
- Address: Grand Canyon National Park
- Zip Code: 860230129
- Zip Code: 860230129
- Record
- SN02330025-W 20101120/101118234327-94de78eeb13be32f99e6464b0c72aa39 (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 |