Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
SOURCES SOUGHT

Z -- BICYCLE TRAIL; VOYA

Notice Date
2/24/2011
 
Notice Type
Sources Sought
 
Contracting Office
MWR - MWRO - Ohio MABO National Park Service1113 W Aurora Rd Sagamore Hills OH 44067
 
ZIP Code
44067
 
Solicitation Number
E6820BYCLTRL
 
Response Due
3/4/2011
 
Archive Date
2/24/2012
 
Point of Contact
Laurie Walker Contract Specialist 3304682500308 laurie_walker@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
Description: This is a SOURCES SOUGHT NOTICE.The National Park Service, is conducting a MARKET SURVEY to determine the interest and capability of HUBZone, 8(a), Service-Disabled Veteran-Owned, Woman Owned, Small Business Firms, and any firm eligible to compete in full and open competition under NAICS 237990 with a Small Business Size Standard $33.5M for an upcoming project to identify firms capable of providing all labor, material, equipment, transportation and supervision required to construct a ten-foot wide bituminous surface off-road bicycle trail at Voyageurs National Park in International Falls, Minnesota. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Descriptions: Work consists of but not all inclusive furnishing all labor, materials, tools, supplies, equipment, transportation, and supervision necessary to construct a ten-foot wide bituminous surface off-road bicycle trail along, but separated from, the 1.75 mile park entrance road serving the Rainy Lake Visitor Center. The trail design and construction will meet National Park Service and Minnesota Department of Transportation (Mn/DOT) bike trail design standards. Work will consist of general construction of a bike trail, including vegetation clearing and grubbing, rock blasting, earth grading, culvert installations, geotextile fabric installation, construction of embankments, aggregate trail base construction, asphalt paving, signage, trail shoulder and embankment turf propagation, along with other related work. Special Requirements: Time line of work will involve winter weather with possibility of winter shut down requiring remobilization to the site. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Magnitude of Construction estimate: Between $500,000 and $1,000,000.00 Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses, (5)Women Owned Small Business, and (6) any firm eligible to compete in full and open competition. A firm is considered small if their average annual receipts for the preceding three (3) years were less than or equal to $33.5 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (3) above to determine that an award of this project can solicited under the respective set-aside categories and awarded at a fair market price, any solicitation that may be issued may be issued as unrestricted without further consideration. SUMISSION REQUIREMENTS FOR INTERESTED FIRMS Request interested firms (regardless of size) submit the following: (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER) (2) CAPABILITY STATEMENT including (a) summary of RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and point(s) of contact with telephone and fax numbers, e-mail addresses (b) in what capacity (e.g., prime, subcontractor etc.) work performed. (3) SIZE STATUS (4) PERCENT OF WORK your firm can commit to accomplishing this work with in-house (not subcontracted) labor if awarded the contract. All responses must be submitted via e-mail NLT March 04, 2011 at 4:00pm EST to the following e-mail: laurie_walker@nps.gov or Fax 330-468-2507. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E6820BYCLTRL/listing.html)
 
Place of Performance
Address: VOYAGEURS NATIONAL PARKINTERNATIONAL FALLS, MN
Zip Code: 56649
 
Record
SN02387388-W 20110226/110224234907-135490d26456454000eae3448c61b85a (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.