SOLICITATION NOTICE
Z -- ULSG Parking Lot Sliding Gate System
- Notice Date
- 6/27/2012
- Notice Type
- Presolicitation
- Contracting Office
- MWR - MWRO - Missouri MABO 413 S. 8th Street Springfield IL 62701
- ZIP Code
- 62701
- Solicitation Number
- P12PS00990
- Response Due
- 8/10/2012
- Archive Date
- 6/27/2013
- Point of Contact
- Kathryn M. Logsdon Contract Specialist 2173913225 kathryn_logsdon@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
- DESCRIPTION: On or about July 12, 2012, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office intends to issue a Request for Proposal (RFP) for the installation of a new sliding gate system at Ulysses S. Grant National Historic Site, 7400 Grant Road, in St. Louis, MO. The contractor will be responsible for removal of the existing swinging entrance gate to the Park's Visitor Center Parking Lot, and providing and installing a bi-parting sliding steel gate system in its place. Work shall also include installation of conduit and electrical wiring from the Visitor Center basement, any required site preparation to support new gate system, and HID proxy card readers, sensors, gate openers, and fire department lock box for emergency use. Contractor is to furnish all labor, supervision, transportation, equipment, tools, materials, supplies, and incidentals; unless otherwise stipulated, to perform the work described in the forthcoming solicitation documents. SOLICITATION NUMBER: P12PS00990 (Negotiated Request for Proposal) TYPE OF CONTRACT: This will be a firm-fixed price construction contract; Davis-Bacon prevailing wages apply. This is not a multiple award contract and therefore shall be awarded to only one successful offeror. MAGNITUDE OF THIS PROJECT: Between $25,000 and $100,000. PERIOD OF PERFORMANCE: A contract award date of mid to late August 2012 is anticipated. The Contractor shall begin performance within ten (10) calendar days and complete the work within sixty (60) calendar days after receiving the written Notice to Proceed from the Contracting Officer. NAICS CODE: The North American Industry Classification System (NAICS) Code is 238990. SET ASIDE: This project is set aside 100% for Small Businesses. SMALL BUSINESS SIZE STANDARD: $14.0 million. SITE VISIT: The date and time of an organized site visit for interested parties will be scheduled and announced in the forthcoming solicitation. Offerors are urged and expected to attend the scheduled site visit where work is to be performed, and to satisfy themselves regarding the general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFP) and its attachments will be issued and available on or about July 12, 2012 and may be obtained via the Internet by accessing the National Business Center (NBC) Opportunities website at https://ideasec.nbc.gov or the Federal Business Opportunities website at https://www.fbo.gov, and entering the Solicitation/Document No. P12PS00990; or by e-mail by contacting the Contracting Officer at kathryn_logsdon@nps.gov. Offerors will be responsible for checking the aforementioned websites for any amendments to the solicitation which may be issued prior to the solicitation's closing date. For technical assistance related to this NBC Electronic Commerce System, please contact the NBC EC Help Desk at 703-487-9870. RESPONSE TIME AND AWARD: Once the solicitation is issued, proposals are to be received in the Contracting Officer's office no later than August 10, 2012 at 2:00 p.m., local time. Proposals may be hand-delivered, mailed, faxed, or e-mailed to the Contracting Officer to the address, fax number, or e-mail address stated in the solicitation. The contracting agency shall not be responsible for proposals not received. It will be the offeror's responsibility to verify with the Contracting Officer that his/her proposal was received timely by the contracting agency. Selection for award will be made IAW FAR 13.106-2 utilizing a best value determination after considering a firm's technical capability, past performance, and price. Technical capability and past performance, when combined, are approximately equal to price. CCR AND ORCA: All offerors are to be registered and active in the Central Contractor Registration (CCR) database and have completed their Online Representations and Certifications (ORCA) before being considered for award; therefore, if you are not already registered and active in CCR, or have not completed your ORCA, it is strongly advised that you do so at this time. Failure on the part of the successful offeror to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful offeror. Access to the CCR and ORCA can be found at https://www.bpn.gov POINT OF CONTACT: Kathryn M. Logsdon, Contracting Officer, can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov, or by fax at (217) 391-0011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS00990/listing.html)
- Place of Performance
- Address: Ulysses S. Grant National Historic Site7400 Grant RoadSt. Louis, MO 63123
- Zip Code: 631231801
- Zip Code: 631231801
- Record
- SN02787346-W 20120629/120627235007-08d349ffedf2975883295ce81d29853b (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 |