SOLICITATION NOTICE
Y -- President's ParkReplace Officer Booths and Refurbish Vehicle GatesPRPK 347
- Notice Date
- 5/30/2012
- Notice Type
- Presolicitation
- Contracting Office
- DSC - TRANSPORTATION NPS, DSC-TPO Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- P12PS00611
- Response Due
- 7/24/2012
- Archive Date
- 5/30/2013
- Point of Contact
- Margaret Lemke Contracting Officer 3039692039 margaret_lemke@nps.gov ; John T. Vallejos Contract Specialist 3039692031 john_vallejos@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
- 'General: The National Park Service, Department of Interior, (NPS) will be soliciting proposals for construction firms having the capabilities to perform a construction project to replace two existing security booths and refurbish two existing vehicle entry gates at the White House secured facility in Washington, D.C., as described below. This construction project has been classified at the 'Secret' level. Potential offerors shall be required to have security clearance and the ability to safeguard the information under the project. This combined pre-solicitation announcement/sources sought is requesting firms interested in participating in the limited source competitive acquisition to submit the following information: (1) firm's name and address, (2) firm's contact individual and telephone number, (3) firm's security officer and telephone number, (3) firm's DUNS number, and (4) firm's CAGE number. A review of the firm's security clearance will be performed. After the review is completed, all firms submitting the required information will be notified as to whether they meet or do not meet the requirements as potential offerors that will be included in the approved limited sources for the competitive acquisition. The solicitation will be issued electronically, except for the 'For Official Use Only' and 'Secret' classified documents, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov The For Official Use Only and Secret documents will be made available for pickup by firms included in the approved limited sources at the Department of Interior, Washington, DC. Paper copies of the electronic solicitation will not be made available to offerors, but will be available through the NBC web site. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. The For Official Use Only and Secret documents will be available in either hard copy or disc for pickup by offerors on the approved limited source list. 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. Potential offerors 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. However, any amendment that includes For Official Use Only or Secret information shall be provided in hard copy to the potential approved offerors through appropriate channels or specific notification for pickup. Please note that all amendments will be available only at the National Business Center's website; and, all other documents shall be provided in either hard copy or disc to the approved limited sources. 'Online Representations and Certifications Application (ORCA). All potential offerors included in the limited sources, shall have completed online representations and certifications. 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 required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the Federal Government. 'Proposed Issue Date: June 22, 2012 'Title of Project: Replace Officer Booths and Refurbish Vehicle Gates 'Description: The construction project is to replace two existing security booths and refurbish two existing vehicle entry gates at the White House secured facility in Washington, D.C. The project involves the demolition of two existing officer booths and the construction of new replacement booths. Exterior walls are of concrete with steel framing clad with limestone and granite veneer. The roof structure is steel framing with a combination tern-coated standing seam metal roof and a tapered EPDM membrane roof. Windows require 'special' glazing. Two existing vehicle entry gates are to be refurbished. The work for these entry gates involves removal of two gate leafs at each location and refurbishment at an off-site location. Refurbishment includes stripping the lead-based paint, repairing gate hinges and locking mechanism, other miscellaneous repairs and repainting with a high performance epoxy coating paint system. Once the off-site refurbishment is complete, the gate leafs are to be reinstalled. The on-site work environment is a high security controlled area requiring close day-to-day coordination with government officials to ensure the integrity of the secured site. All contractor personnel will undergo background investigations for access to the site, and all potential contractors (at any tier) and their personnel requiring access to construction documents shall be required to hold a security clearance at the 'Secret' level. The contractor's successful performance and execution of this construction project will be challenged by several steady and life-of-project constraints and challenges such as maintaining a clean, orderly, and organized work site in constant and strict adherence to all regulatory and daily oversight from the highest levels of the government at a facility that has government business conducted on a daily basis. Another requirement will be to provide and coordinate all transportation, hauling, and material deliveries within a secure, constrained work site in a heavily congested urban area. The work environment and scheduling of work and deliveries will be subject to temporary work stoppages due to security requirements while government officials and visiting dignitaries are entering or leaving the facility as well as special events that will require temporary work stoppages up to a week at one time. 'Type of Procurement: A limited source, negotiated competitive acquisition will be conducted resulting in a firm-fixed price contract award. Potential offerors will be required to submit both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. 'Estimated price range, $1,000,000 to $5,000,000 'Time for completion, 540 calendar days from notice to proceed. 'Proposal receipt date is approximate; actual date will be established at the time the solicitation is issued. 'All firms determined to meet the requirements for inclusion in the approved limited sources may submit an offer that will be considered. '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. 'In order to be considered for award, all large businesses will be required to submit an acceptable Subcontracting Plan with their proposal (see Federal Acquisition Regulation 19.7). The NPS subcontracting goals for Fiscal Year 2012 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 52%; Small Disadvantaged Business Concerns - 16%; Small Women-Owned Business Concerns - 7%; HUBZone Small Business Concerns - 7%; Veteran-Owned Small Business Concerns - 0%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 8%. 'Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search). 'In order to be considered and included on the approved limited source list for this acquisition, responses to this presolicitation/sources sought announcement should be sent to the Contracting Officer, Margaret A. Lemke at Margaret_Lemke@nps.gov and to the Contract Specialist, John Vallejos at John_Vallejos@nps.gov on or before June 14, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS00611/listing.html)
- Place of Performance
- Address: President's Park, Washington, DC
- Zip Code: 205000003
- Zip Code: 205000003
- Record
- SN02760739-W 20120601/120530235050-c2d0122b6d5a18089ebe4bb096602f71 (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 |