Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOLICITATION NOTICE

70 -- NPI Phase II - Water Treatment Improvement for Nippon Paper Industries

Notice Date
12/22/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2011111026
 
Response Due
1/12/2010
 
Archive Date
12/22/2011
 
Point of Contact
Carmen J. Washington Contract Specialist 3039692307 carmen_washington@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
Competitive 8(a)
 
Description
DESCRIPTION General: The National Park Service (NPS), Department of Interior (DOI), is soliciting proposals from 8(a) companies. Companies submitting on this project must have a bona fide place of business within the State of Washington, and be licensed to do business in the State of Washington and have the capability to perform the work described below. The solicitation will be issued electronically, on the Department of the Interior's National Business Center (NBC) website, at http://ideasec.nbc.gov. Paper copies of the solicitation will not be made available. Prospective offerors desiring to conduct business with the DOI are requested to register at the National Business Center website. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of 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) at http://www.aptac-us.org/new/Govt_Contracting/find.php closest to you. You are strongly encouraged to register in ORCA in responding the solicitation. You are required to have an active registration in the Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Solicitation Issue Date: on/about June 3, 2011 Title of Project: OLYM 005375, Nippon Paper Industries - Phase II - Water Treatment Improvements Location: Olympic National Park, Port Angeles, Washington 98362 Description: The work of this contract is associated with the NPI Water Filter Plant (WFP) Treatment Improvements and the WFP outfall and includes but is not limited to the following:1.Installation of two chemical feed systems shall occur within the construction limits of the Elwha Water Treatment Plant (EWTP). The chemical feed and storage systems shall be capable of injecting sodium hypochlorite and sodium hydroxide into the Industrial Channel pipeline. 2.Mechanical sludge collectors and effluent collection system shall be installed into both settling tanks at NPI's WFP. 3.Phase II of a new ocean outfall shall be constructed. The remaining near-shore portion of the outfall will be installed and joined to the existing pipeline to transport the filter backwash and sedimentation discharge to the Strait of Juan de Fuca. The onshore Phase II outfall work shall consist of constructing a pipeline and a concrete head equalization structure. New pipes shall connect the existing outfall pumps to the head equalization structure. From the structure, a single 24" HDPE outfall pipe shall extend into the Strait and join with the existing outfall pipe at Station 2+00.Access to the current outfall location and pumps shall be along the existing riprap embankment. The embankment may need to be improved to accommodate the contractor's equipment and vehicles. These improvements may need to address specific permit requirements. Range of Cost: $4M - $6M NAICS Code: 237990 Type of Procurement: It is anticipated that 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. This procurement has been set-aside for 8(a) competitive businesses. Estimated Price Range: $4M - $6M Estimated time for completion: May 2011 through November 2011 It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned 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 CCR Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Businesses and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8-Utilization of Small Business Concerns (May 2004) and 52.219-9-Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search). End of Announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011111026/listing.html)
 
Place of Performance
Address: Olympic National Park, Port Angeles, Washington
Zip Code: 983626757
 
Record
SN02349667-W 20101224/101222234647-b7e1b5ced54219a0ecbfa519f4bb25f7 (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.