Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2012 FBO #3756
SOLICITATION NOTICE

Y -- Construct East Jemez Interagency Fire Center,Bandelier National Monument, New Mexico

Notice Date
3/5/2012
 
Notice Type
Presolicitation
 
Contracting Office
IMR - SF MABO - Santa Fe Major Acquisition Buying Office 1100 Old Santa Fe Trail Bldg Santa Fe NM 87505
 
ZIP Code
87505
 
Solicitation Number
P12PS40195
 
Archive Date
3/5/2013
 
Point of Contact
Tammy Gallegos Contracting Officer 5059886085 ; Kelvin J. Smalls Contract Specialist 5059886083 kelvin_smalls@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
This announcement serves as the pre-solicitation notice for a project to construct a new Interagency Fire Center at Bandelier National Monument, New Mexico. This announcement is not a Request for Proposal (RFP), and does not commit the Government to award any contracts now or in the future. The purpose of this announcement is to advertise that the U.S. Department of Interior, National Park Service (NPS), currently intends to solicit for the construction of a new fire center / facility at Bandelier National Monument, New Mexico. The Government intends to solicit this acquisition as a Total Small Business Set-Aside. All eligible and qualified small businesses / small business concerns are encouraged to compete for this proposed project. The project to construct the new East Jemez Interagency Fire Center includes but is not limited to site work and development, building construction, and remodeling of an existing structure. The Fire Center is a partnership between three government agencies. The project site is leased to NPS by the Department of Energy (DOE). The to-be-constructed Fire Operations building consists of approximately 6,500 square feet (SF) of office space with a rectangular footprint and an open floor plan, including a conference room, break room, bathrooms, a fitness room, and a small area for fire equipment storage. The building has been designed to comply with all Federal sustainability requirements, including high efficiency mechanical systems. Building construction features metal plate connected wood trusses, structural insulated panels, and an artificial wood deck. The remodel of the existing Fire Cache building includes relocation of walls and installation of additional doors to create more efficient storage. Site work and development consists of accessible concrete parking and ramp, gravel roadways and parking areas, grading, and drainage swales and detention basin. Site utilities under this contract include on-site sanitary sewer collection, treatment and disposal (drain field) and conduit for data and communications cable. DOE will install site water, electricity and gas prior to this contract for connection to the building during construction. In accordance with FAR 36.204, the magnitude of this construction project is expected to be between $1,000,000 and $5,000,000. The NAICS for this acquisition is 236220, with a size standard of $33.5 Million Dollars. Source selection for this procurement will be conducted utilizing a Lowest Priced - Technically Acceptable (LPTA) source selection procedures in accordance FAR 15.101-2. The LPTA source selection process provides for award to the lowest priced proposal that meets a set of minimum standards of technical acceptability specified in the solicitation. This method is generally used when a minimum acceptable level of technical ability / quality can be established, and clearly described, which will meet the government's requirements. There shall be no trade-offs. The evaluation factors that will determine a proposals technical acceptability are established tentatively as follows: 1.Experience & Past Performance 2.Key Personnel 3.Technical Approach / Management Capabilities The solicitation for this procurement action should be issued on or about 6 April 2012 and proposals will be due on or about 6 May 2012. Award is anticipated in June 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS40195/listing.html)
 
Place of Performance
Address: Bandelier National Monument15 Entrance RoadLos Alamos, NM, 87544
Zip Code: 87544
 
Record
SN02688924-W 20120307/120305234027-4d6d19569681623b6d2a43d6c36a5a18 (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.