Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
SOURCES SOUGHT

Y -- Market Survey for Design Build and Construction Only Services to support the Lakewood Major Buying Acquistion Buying Office of the Intermountain Region of the National Park Service to be performed under a Multiple Award Task Order Contract.

Notice Date
4/30/2012
 
Notice Type
Sources Sought
 
Contracting Office
IMR - Denver National Park Service12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
P12PS40511
 
Response Due
5/8/2012
 
Archive Date
4/30/2013
 
Point of Contact
Pamela Kaelin Contract Specialist 3039692288 Pamela_Kaelin@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
This Market Survey is being conducted to determine the size and type of businesses able to provide the services required under a Multiple Award Task Order Contract (MATOC) to support the Lakewood Major Acquisition Buying Office (MABO) of the Intermountain Region (IMR) of the National Park Service (NPS). The MATOC is for construction only and design build services primarily for the Park Units in Colorado and Utah but may be used for the Park Units in Montana, Wyoming, Arizona, New Mexico, Oklahoma and Texas. The NPS intends to award more than five (5) and up to seven (7) separate Indefinite Delivery Indefinite Quantity (IDIQ) Contracts under this MATOC. The IDIQ contracts will each have one base year and four option years and will compete amongst each other for all task orders. The task orders will be for design/build or construction only services to repair or rehabilitate historic and nonhistoric structures in addition to a minimal amount of new construction for project types inclusive of but not limited to Site Utilities (gas, electric, communication), Site Improvements (trail, fence, grading, concrete work, landscaping, survey), Water & sewer, Roadway (bike, roadway, signage, striping), Fire & safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables). The past task order project examples include renovations of historic and non historic maintenance shops, visitor centers and fee stations, upgrades to electrical, water and sewer systems, rehabilitation of fire suppression systems and safety systems, parking lot paving, HVAC rehabilitation, re-roofing, well drilling and lift stations, water, sewer and gas tank construction. There may be minimal new construction of administrative building, comfort stations and vault toilets. The forecast of work is based on task order history described as follows: Average task order price was $195K, the median task order price was $148K, the highest task order price was $765K (outlier), and the lowest task order price was $9K (outlier). There was an average of 25 task orders per year competed among the IDIQ contract holders. Only 2% of the task orders were for projects outside of Colorado and Utah. The total task order contract awards per year were valued at $4M and 50% of the contract awards were made in July, August and September. Based on history, the projects will mostly likely be performed in, but not limited to Rocky Mountain NP, Mesa Verde NP, Bryce Canyon NP, Dinosaur NM, Capital Reef NM, Arches NM, Canyonlands NM, Colorado NM, Black Canyon of the Gunnison, Curecanti NRA, Cedar Breaks NM, Great Sand Dunes NP&P, and Pipe Spring NM. The general applicable NAICS codes are 237110 and 236220 with small business size standards of $33.5M. If this is a service your business can provide, respond to this Market Survey by 5:30 PM MST on 8 May 2012. Respond ONLY by email attaching a single PDF file that includes the following information: (1) Business Name and Address, (2) Point of Contact Name, Phone number and Email (3) Duns number, (4) Clear indication of your Small Business Type (Small Business, 8A, Hubzone, Service Disable Veteran Owned, Women Owned or Small Disadvantaged Business) and (5) descriptions of similar work experience - provide only enough information that will demonstrate your business can perform ALL of the project types described above for construction only and design build projects. This is NOT A REQUEST FOR PROPOSAL. The Government will not pay for any information submitted in response to this sources sought synopsis. All businesses interested in providing this service are to reply only by email to pamela_kaelin@nps.gov. You may also contact me at 303-987-6767 for questions regarding this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS40511/listing.html)
 
Place of Performance
Address: Primarily in the states of Colorado and Utah, but could be performed in Texas, Oklahoma, New Mexico, Arizona, Montana, and Wyoming.
Zip Code: 80228
 
Record
SN02734281-W 20120502/120430234722-c52a4bcbd5a844b2d755b04a77c86555 (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.