Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SOLICITATION NOTICE

Y -- Life and Safety Upgrades to the Statue of Liberty National Monument, Statue of Liberty National Monument, New York County, NY, STLI 155567

Notice Date
5/3/2011
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division OTHER THAN US POSTAL SERVICENational Park Service, Denver Service Center12795 W. Alameda Parkway LAKEWOOD CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011110096
 
Response Due
5/18/2011
 
Archive Date
5/2/2012
 
Point of Contact
Eric R. Weisman Contract Specialist 3039692344 eric_weisman@nps.gov; Albert J. O'Mara Contracting Officer 3039692056 albert_omara@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
The National Park Service, Department of Interior, intends to solicit proposals from construction firms having the capability to perform the work described below. The solicitation will be issued electronically on the Department of Interior's National Business Center (NBC) web site, http://ideassec.nbc.gov. Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the NBC web site. Solicitation documents will be available in Microsoft Word, HTML, and/or Adobe PDF. Solicitation Number: N2011110096 Specifications, drawings, and other documents will be available in Adobe PDF format or Microsoft Office formats. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation (i.e. N2011110096) at https://www.fbo.gov/ or 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://ideas.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. The anticipated solicitation issue date is on or around May 18, 2011 with a proposal submission due date on or about July 1, 2011. The proposal submission due date is approximate; the actual date will be established at the time solicitation is issued. Offers will be considered from all responsible and responsive offerors. This procurement is offered as a Full & Open Competition, although the National Park Service encourages the participation of small business, disadvantaged, and woman-owned business enterprises. Large businesses will be required to submit a Subcontracting Plan. ONLINE REPRESENTATIONS AND CERTIFICATIONS (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) (www.dla.mil/db/procurem.htm) closest to you. You must register in ORCA in responding to this solicitation. CENTRAL CONTRACTOR REGISTRATION (CCR): Offerors are required to have an active registration in CCR in order to conduct business with the Federal Government the website is located at www.bpn.gov/ccr. NAICS Code: 236220, Size Standard $33.5 Million DESCRIPTION OF WORK: The Work includes construction of stairs and associated work to provide safe emergency egress from the Monument which includes Ft. Wood, Pedestal, and Statue. Elements of the project include: 1. Removal of existing stair and elevator components; selective removal of existing mechanical, electrical and plumbing systems. 2. Construction of two enclosed steel stairs in the Pedestal. Enclosures include precast concrete, cast-in-place concrete, and fire-rated glazing. 3. Mechanical and electrical services to provide pressurization and climate control at the stairs; smoke exhaust at selected spaces; and climate control at the Statue. An emergency generator is included. 4. Construction of new masonry stairs at the south side of the Monument to match the stairs at the north side of the Monument, including new stairs excavated into the Terreplein for egress. 5. Replacement of the main passenger elevator in the Pedestal and of the emergency elevator in the Statue. A new wheelchair lift is included. 6. Remodeling of the existing restrooms at Level 1P. 7. Replace the high voltage and ATS switches at the Administration Building on Liberty Island to be utilized as the emergency back-up system for the new air handling units required for the Life & Safety Upgrades. 8. Replace existing switchgear, panels and control center being utilized for existing and new mechanical equipment in the Monument required for the Life & Safety Upgrades. Provide climate control and ventilation of the high voltage room. 9. Replace chillers at levels 1P and 2P in the Monument including additional proper ventilation and climate control for rooms in which chillers are located for the Life & Safety Upgrades project. Replacement of inoperable dampers. 10. Re-grouting and re-sealing of the all exterior paved areas over occupied spaces below the Terreplein and levels 2.5P and 3P in order to waterproof the surface as part of the Life & Safety Upgrades project. Include investigation of expansion joints and existing membrane and identification of all areas where leaking is occurring. 11. Install a new CCTV system for the Monument. 12. Install new security system infrastructure. 13. Install/Replace storm sewer system within the Monument. All work will be performed under a single contract. 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 best value (trade-off process) to the government. In accordance with FAR Subpart 36.204, the project magnitude is estimated to be more than $20,000,000. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The contract will require a Project Labor Agreement. Time for completion will be approximately 300 calendar days. The Government anticipates a contract award during August 2011. Pre-construction activities and work that will not interfere with park visitation may take place as soon as 15 calendar days after notice of award and acceptance of the majority of Division One submittals. All other construction activities will take place from November 4, 2011 through the August 24, 2012 the contract completion date. A PRE-PROPOSAL CONFERENCE/SITE VISIT is scheduled for the week of June 6, 2011. An amendment to this notice will provide specifics to offerors and their team members as to scheduling their visit. There are screening and other security-related access requirements for the Statute of Liberty. After release of the solicitation, starting May 23, 2011 offerors and their team members can contact Eric Weisman preferably via email at eric_weisman@nps.gov or alternatively by telephone 303-969-2344 to schedule their visit. Additional information will be provided in the solicitation. For questions please contact Contract Specialist Eric Weisman preferably via email at eric_weisman@nps.gov or alternatively by telephone 303-969-2344 or the Contracting Officer Al O'Mara preferably via email at albert_omara@nps.gov or alternatively by telephone 303-969-2056.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011110096/listing.html)
 
Place of Performance
Address: Statue of Liberty National Monument, New York County, NY
Zip Code: 100041467
 
Record
SN02438331-W 20110505/110503234058-f41097ced4b3edba0e0afbf996b074ef (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.