SOLICITATION NOTICE
J -- Golden Gate National Recreation Area-Replace pumps, valves and Fire Hydrants for water distribution systems at Marin Headliands and Stinson Beach
- Notice Date
- 3/25/2011
- Notice Type
- Presolicitation
- Contracting Office
- PWR - SAMO Santa Monica Mountains NRA 401 W. Hillcrest Drive Thousand Oaks CA 91360
- ZIP Code
- 91360
- Solicitation Number
- E8147110019
- Archive Date
- 3/24/2012
- Point of Contact
- Gary Kramer Contracting Officer 8053702324 gary_kramer@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
- The National Park Service- Golden Gate National Recreation Area, has identified a requirement to replace pumps, valves, and fire hydrants for the water distribution systems at Marin Headlands and Stinson Beach. The project would replace gate valves and fire hydrants at the site areas. This RFP will be issued using small business set asides intended only for Service-Disabled Veteran- owned small business concerns, pursuant to Federal Acquisition Regulations (FAR 19.1401). The solicitation, N8147110019, if released, will be issued electronically in the Department of Interior (DOI) National Business Center (NBC) website, http://ideasec.nbc.gov approximately 15 days after this announcement. Paper copies of this solicitation will not be made available. Subscribers to this service are ultimately responsible for reviewing the above website for all information relevant to this solicitation. It is the Governments intent to award a Firm-Fixed Price construction contract for this project. Prospective offerors desiring to conduct business with DOI are requested to register at the Cental Contractor Registration (CCR) on the internet at http://www.ccr.gov. Submission date for offers wil be approximately 30 days after issuance of this solicitation. The applicable North American Industry Classification System (NAICS) is 237110 with a size standart for small business of $33.5 million. The magnitude of construction will be between $250,000- $500,000. This notice is released in conformance with the requirements of FAR 5.201. This notice is not the RFP. Unless othewise provided, the Contractor shall provide all labor, materials, equipment, tools, transportation, supplies and supervision to perform all work required to complete the project in accordance with the specifications and provisions of the contract. EVALUATION FACTORS FOR AWARDAward will be made to the responsible offeror whose proposal represents the "best value" to the Government. The best value determination will be made on the basis of (1) quality and (2) price, as defined below. Best value, as defined under FAR 2.101, means the expected outcome of an acquisition that, in the Government's estimate, provides the greatest overall benefit in response to the requirement. All evaluation factors and significant sub-factors other than cost or price, when combined, are slightly more important than cost or price. A. Technical Evaluation Factors: The Government will assess the quality of each offeror on the basis of the following significant sub-factors, listed in descending order of relative importance: 1) Compliance with solicitation requirements; 2) Relevant Experience; 3) Past Performance; and 4) Key Personnel. The Government will use its assessment of quality as a basis for comparing offerors to determine best value. 1. COMPLIANCE WITH THE SOLICITATION REQUIREMENTS. The Government will determine the compliance of each offer on a pass/fail basis. An offer is compliant when it manifests the offer's assent to the terms and conditions of the solicitation, including attachments and amendments. Unless this solicitation expressly authorizes alternate proposals with respect to specific terms or conditions, any objection to any of the terms and conditions of the solicitation will constitute a deficiency which will render the offer noncompliant. The Government reserves the right to change the terms and conditions of the solicitation by amendment at any time prior to the source selection decision. 2. RELEVANT EXPERIENCE. Experience is the direct participation in comparable projects, including, but not limited to:a. Experience in site work: including (1) demolition and the removal of existing hydrants, valves, piping and pavement; (2) reconstruction of the site, including surface and subsurface preparation; and (3) paving, including both asphalt and concrete.b. Experience in the installation of equipment, including 8"-10" diameter HDPE pipe, hydrants, valves, pipingc. Experience in the construction of mechanical systems, including above and below ground installation of moderately sized HDPE piping, plumbing fixtures and PVC welding equipment systems.d. Experience in working alongside roadways, providing traffic control, handling park visitor issues and having completed past projects in semi-remote locations.f. Experience in effectively managing construction activities involving subcontractors, labor, materials, equipment and providing alternative services during utility shut-downs.g. Demonstrated experience using environmentally acceptable methods of construction and job site waste management. 3. PAST PERFORMANCE. The Government will evaluate past performance as a measure of the degree to which an offeror satisfies its customers in the past and complied with Federal, State, and Local laws and regulations. In the case of an offeror who states they have no record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorable or unfavorably on past performance. The Government may contact sources listed by offeror and/or other sources of information including, but not limited to, Federal, State and Local governments, better business bureaus, published media and electronic databases to determine if they believe that:a. The offeror was capable, efficient, and cooperative during performance as demonstrated by job meetings and correspondence.b. The offeror's performance conformed to the terms of the contract including timely submittals and complete pay requests.c. The offeror was reasonable and cooperative during performance as demonstrated by price negotiations and change orders.d. The offeror was committed to customer satisfaction as demonstrated by completing the project on time and within budget.e. The offeror has satisfactorily performed other Federal, State, or Local government construction contracts. 4. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL. The Government will evaluate key personnel qualifications and experience based on scope, magnitude, and relevance to the work that will be required under this contract.a. Experience in managing projects and maintaining cost control as demonstrated by past projects.b. Experience in managing projects and maintaining schedules as demonstrated by past performance.c. Experience in managing projects within a required Safety Plan and OSHA Standards.d. Demonstrated experience and qualifications as demonstrated by submitted resumes of education and past projects. TAS : 14 1036 : TAS PMIS 169299
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E8147110019/listing.html)
- Place of Performance
- Address: North District of the Golden Gate National Recreation AreaSan Francisco, CA
- Zip Code: 91423
- Zip Code: 91423
- Record
- SN02409171-W 20110327/110325234205-1e76352ebb4688609bb8a61e2cf59a13 (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 |