Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

Z -- Relocation of Two Historic Buildings and Removal of a Non-Historic Boathouse from Hansen Farm on Sand Island

Notice Date
7/12/2011
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Cultural Resources 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
P11PS60672
 
Response Due
8/30/2011
 
Archive Date
7/11/2012
 
Point of Contact
Diana Vanderzanden Contracting Officer 4026611660 Diana_vanderzanden@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
On or about 29 July 2011, the Department of Interior, National Park Service, Omaha Regional Office intends to issue a Request for Proposal (RFP) P11PS60672 for Relocation of Two Historic Buildings and Removal of a Non-Historic Boathouse from Hansen Farm on Sand Island located within the Apostle Island National Lakeshore, in Bayfield County, Wisconsin. The project will include: Relocation of two buildings - Hansen Boar's Nest - #SAHAB04 and Hansen Twine Storage Shed - #SAHAB05. The buildings will need to lifted up and set on logs and winched to new locations and the Removal of a non-historic boathouse from the shoreline. RFP ISSUANCE: The anticipated issuance date is 28 July 2011. Anticipated Receipt date for Proposals is 30 August 2011. The anticipated period of performance is 270 calendar days after receipt of the Notice to Proceed. Note: There will NOT be a public bid opening for this requirement. The RFP will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about 28 July 2011. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. SITE VISIT: An organized site visit has been scheduled for August 17, 2011 @ 1:00 P.M EST. The pre-bid site visit is mandatory for contractors wishing to submit proposals. National Park Service will be providing a boat to Sand Island at this time to view the project. One person per contractor will be permitted unless the contractor owns their own boat. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000. The applicable NAICS code for this action is 237990 - Other Heavy and Civil Engineering Construction. This project will be Set Aside for Small Businesses Only. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - 20% of the contract price. Payment and Performance bonds - (forms SF25 and SF25a) 100% of the contract price. Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT), whereas past performance is significantly more important than cost/price. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. CENTRAL CONTRACTOR REGISTRATION INFORMATION: To be eligible for a government contract, contractors must be registered in the Central Contractor Registration (CCR) government system prior to award. The link for the CCR can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for award (see FAR Subpart 4.11). ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12) Place of Performance: Within the Apostle Island National Lakeshore, in Bayfield County, Wisconsin Contracting Office Address: MWRO - OMAHA Regional Office, 601 Riverfront Drive, Omaha, NE 68102 ALL QUESTIONS WILL BE PRESENTED TO THE CONTRACT SPECIALIST ON THIS PROJECT, NOT THE PARK. Point of Contact(s): Diana Vanderzanden Contracting Officer/Contract Specialist Phone: 402-661-1660 FAX 402-661-1661 Email: Diana_Vanderzanden@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS60672/listing.html)
 
Place of Performance
Address: Within the Apostle Island National Lakeshore, in Bayfield County, Wisconsin.
Zip Code: 54814
 
Record
SN02495531-W 20110714/110712234401-5439d10bbf1e5defad5bb656bb590172 (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.