Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOLICITATION NOTICE

Y -- Provide and Install Free Standing Tower

Notice Date
1/28/2011
 
Notice Type
Presolicitation
 
Contracting Office
MWR - MWRO - Missouri MABO National Park Service11 North 4th Street St. Louis MO 63102
 
ZIP Code
63102
 
Solicitation Number
Q7110110008
 
Response Due
2/15/2011
 
Archive Date
1/28/2012
 
Point of Contact
Neal E. Hause Contract Specialist 7155540719 neal_hause@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
General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described as follows: The work covered by this section includes furnishing all labor, equipment, materials, and transportation necessary to provide and install a 100 foot free standing tower located at Arkansas Post National Memorial (34.02365 deg. North & 91.24305 West approx.) and concrete mounting pad. Solicitation Number Q7110110008. The offeror selected shall furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of this project. Description: The work consists of furnishing all labor, equipment,materials to provide and install a 100 foot free standing tower located at Arkansas Post National Memorial (34.02365 deg. North & 91.24305 West approx.) and concrete mounting pad. The tower is not to have guide wires. The tower will be used for a 14" dish weighing approximately 20 pounds (contractor will not be installing the dish). Manufacturer: Tessco (or equal) and Model Number: Trylon - 100" S300 Super Titan SS (or equal). Type of Acquisition: 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, past performance, and price to determine the Lowest Priced Technically Acceptable (LPTA) offer to the government. The NAICS code for this project is 237130 and the small business size standard is $33.5 million. In accordance with FAR Subpart 36.204, the estimated price range for this contract is less than $25,000. This solicitation is advertised under small business set-aside. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov on or about January 28th. Search by referencing the solicitation number (Q7110110008) and/or by the agency (National Park Service). PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Proposal documents will be available for download in one or a combination of, the following formats: Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Free downloads of Adobe "reader" software are available at www.adobe.com. Vendor's wishing to receive electronic notification of changes made to this solicitation will need to register on the NBC web site 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. Both the NBC and the Federal Business Opportunities (FBO) (www.fbo.gov) web sites maintain separate Interested Vendors List/Bidders Mailing List's. Vendors can add their information to these lists through each of the websites. Potential offeror's will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all solicitation documents, amendments, and associated attachments are available only from the NBC website. Online Representations and Certifications Application (ORCA) is an on-line system that is located on the Internet at https://orca.bpn.gov. 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 not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view records, including archives, by the click of a mouse. The ORCA site can be found by going to https://orca.bpn.gov. If you do not have access to the internet or feel you need internet assistance, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at www.dla.mil/db/procurem.htm. You are strongly encouraged to register in ORCA in responding to this solicitation. Businesses are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the federal government. All responsible sources 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, large or small, are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net (http://web.sba.gov/subnet), and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search (http://dsbs.sba.gov/dsbs) for potential subcontractors within these various socio-economic categories. It is anticipated that a pre-proposal site visit will NOT be scheduled. Specific details regarding visiting the site will be provided in the solicitation, once posted. The point of contact for this solicitation is Neal Hause, Contract Specialist, National Park Service, Missouri MABO, 11 North 4th Street, St. Louis, MO 63102-1882; email - neal_hause@nps.gov, Phone- (314) 655-1609. Facsimile proposals will not be accepted. Electronic submissions of proposals (i.e. Email) will be accepted (neal_hause@nps.gov). This pre-solicitation announcement does not constitute a solicitation. End of announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7110110008/listing.html)
 
Place of Performance
Address: Arkansas Post National Memorial1741 Old Post RoadGillett, Arkansas
Zip Code: 72055
 
Record
SN02368626-W 20110130/110128233933-875502ef7c61445d37ce81d8b1aa8e0a (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.