Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOLICITATION NOTICE

Z -- Replace Electrical and HVAC System within Memorial

Notice Date
5/10/2012
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
P12PS40290
 
Archive Date
5/10/2013
 
Point of Contact
Patricia J. Auten Contract Specialist 3039876689 patti_auten@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
GENERAL: FOR INFORMATIONAL PURPOSES ONLY. The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of Interior's (DOI) National Business Center (NBC) web site, at http://ideasec.nbc.gov on or about June 1, 2012. Search by referencing Solicitation Number P12PS40290 and/or by the agency, National Park Service. PAPER COPIES OF THE SOLICITATION WILL NOT BE MADE AVAILABLE. Prospective offerors desiring to conduct business with the DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications and drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at 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://ideasec.nbc.gov site for all information relevant to this solicitation. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has an Interested Vendors List and a Watchlist that you can add your company's interest. Plan holders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all amendments and attachments are available only at the National Business Center's website. Online Representations and Certifications Application (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 not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they 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 are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the Federal Government. PROPOSED SOLICITATION ISSUE DATE: On or about June 1, 2012 PROPOSED PROPOSAL RECEIPT DATE: July 3, 2012 Proposal receipt date is approximate and the actual date will be established when the solicitation is issued. DESCRIPTION: Title of Project: Replace Electrical and HVAC System within Memorial PMIS: GERO 157423NAICS: 236220Small Business Size Standard: $33.5 MEstimated Price Range, $1.8 to $2.2 millionEstimated Period of Performance: October 2012 - June 2013 or 270 calendar days from Notice to ProceedPlace of Performance: George Rogers Clark National Historical Park, Vincennes, IN, 47591-1001Set-Aside: This procurement is 100% Service-Disabled Veteran-Owned Small Business Set-Aside WORK SUMMARY:The proposed work of this contract consists of: - Removal and replacement of the existing primary electrical distribution system and the existing secondary electrical distribution system, lighting and branch circuits in their entirety inside the George Rogers Clark Memorial. - Removal and replacement of the existing primary electrical switches, cabling and transformers, which are located inside the memorial. - Provide and installation of new LED and energy efficient fluorescent light fixtures. Installation of a new underground electrical primary to a new pad mounted transformer. - Installation of new conduits, wiring, switches, lighting, branch circuit and related secondary electrical equipment in their entirety. - The proposed location for the new transformer for the memorial will be located on a concrete pad adjacent to the existing below ground primary service line for the Visitor Center at the southeast corner of the Visitor Center. - Provide a new primary feed by directional bore to the transformer. Install two new 300' lengths (approximate) of 4-inch conduit in a trench for the revised secondary service lateral to the Memorial. - Removal and installation of transformers, and installation of underground primary will require coordination with Duke Energy. - Removal of the existing steam boilers, pipes, hangers, radiators and designated metal ductwork. - Provide and installation of a new forced air heat pump HVAC system, ducts, controls and associated accessories in the basement of the Memorial. HVAC will be a closed loop geothermal heat pump system. - Provide and install 18 geothermal wells and all associated piping and appurtenances. - There is a relatively small amount of ACM duct insulation that shall also be required to be abated. Contractor shall demonstrate similar experience working on historical structures. TYPE OF ACQUISITION: The National Park Service will award a negotiated, firm-fixed price contract requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. The planned factors to be considered in the tradeoff process are Experience, Project Approach and Schedule, Organizational Approach & Key Personnel, Past Performance, and Cost. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. PRE-PROPOSAL SITE VISIT: It is anticipated that a pre-proposal site visit will be scheduled to be held approximately one week after the solicitation is issued. Per Clause 52.236-2, Differing Site Conditions; and 52.236-3, Site Investigations and Conditions Affecting the Work, offerors or quoters are urged and expected to inspect the site where the work will be performed. Specific details regarding this meeting will be provided in the solicitation, once posted. POINT OF CONTACT: The point of contact for this solicitation is Patti Auten, Contract Specialist, National Park Service, Denver Service Center - Contracting Services, P.O. Box 25287, Denver, Colorado 80225-0287; email: patti_auten@nps.gov, telephone: 303/987-6689. Responses will be due approximately 30 days following the issuance of the solicitation, once posted. Facsimile or electronic submissions of proposals will NOT be accepted. This pre-solicitation announcement does not constitute a solicitation. END OF ANNOUNCEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS40290/listing.html)
 
Place of Performance
Address: George Rogers Clark National Historical ParkKnox CountyVincennes, IN
Zip Code: 475911001
 
Record
SN02744821-W 20120512/120510235544-742b817e24d95231401026508b887bec (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.