SOLICITATION NOTICE
Y -- Design and repair method for the failing bulkheads and completing the repairs / replacement of the bulkhead. GATE 145326
- Notice Date
- 7/12/2012
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- P12PS03193
- Archive Date
- 7/12/2013
- Point of Contact
- Wayne M. Latham Contract Specialist 3039876743 wayne_latham@nps.gov; Carol J. Watkins Contracting Officer 3039692432 carol_watkins@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
- HUBZone
- Description
- Gateway National Recereation Area GATE 145326 The National Park Service (NPS), Department of the Interior (DOI), intends to solicit proposals from construction firms having the capability to perform the work described below. SOLICITATION NUMBER: P12PS03193 PROJECT DESCRIPTION: Includes designing the repair method for the failing bulkheads and completing the repairs / replacement of the bulkhead at Gateway National Recreation Area, Jamaica Bay Unit RIIS Landing, Brooklyn NY, GATE 145326. The offeror selected shall furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of this project. Included in the project work is the removal of a derelict wooden pier located along the western edge of the basin. This work generally consists of: Design Site Preparation. Demolition Excavation and Soil Handling Soil Transportation and Disposal Bulkhead repair / replacement Site Restoration Paving ACQUISITION INFORMATION: This procurement is being offered as a competitive HUBZone Set Aside. A negotiated firm-fixed-price contract will be awarded requiring submission of both a technical and a price proposal (separately) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 36, Construction and Architect-Engineer Contracts. The government will consider an offeror's technical capability, past performance, and price to determine the best value (trade-off process) to the government. The NAICS code for this project is 237990 and the small business size standard is $33.5 million. In accordance with FAR Subpart 36.204, the price range for this contract is between $1,000,000 and $2,000,000. The contract duration is 720 calendar days following award. CENTRAL CONTRACTOR REGISTRATION (CCR): Offeror's are required to maintain an active registration in CCR, at www.ccr.gov, in order to conduct business with the Federal Government. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that was designed to replace the paper based Representations and Certifications (Reps and Certs) process. Offeror's must register in ORCA, at https://orca.bpn.gov, in responding to this solicitation. SOLICITATION INFORMATION: This solicitation will be issued electronically on the Department of the Interior's National Business Center (NBC) website at http://ideasec.nbc.gov. Search by referencing the solicitation number P12PS00530 under the Department of the Interior, National Park Service. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Individual requests for the solicitation package will not be accepted and cannot be accommodated. Specifications, drawings, and other documents will be made available electronically in Adobe PDF format or Microsoft Office formats. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at www.adobe.com. Offeror's wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at www.fbo.gov or http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers of this service are ultimately responsible for reviewing the NBC website for all information relevant to this solicitation. Plan holders are required to visit this website periodically to check for amendments and other changes to the solicitation documents. No other notifications will be sent. The anticipated solicitation issue date is approximately July 27, 2012, with a proposal submission due date approximately 30 days following the issuance of the solicitation, or about August 27, 2012. The proposal submission due date is approximate; the actual date will be established at the time the solicitation is issued. Offers will be considered from all responsible and responsive offeror's. Paper copy proposals will be accepted at the address listed in the solicitation with an original signature of an authorized company official. Facsimile or electronic submissions of initial proposals will NOT be accepted. The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation. POINT OF CONTACT: For questions regarding this, the point of contact for this solicitation is Mr. Wayne latham, Contracting Officer, National Park Service, Denver Service Center - Contract Services, 12795 W. Alameda Parkway, Lakewood, Colorado 80228. Email address is wayne_latham@nps.gov and telephone number is (303) 987-6743. End of Announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS03193/listing.html)
- Place of Performance
- Address: Gateway National Recreation Area, Jamaica Bay Unit RIIS Landing, Brooklyn NY
- Zip Code: 103050000
- Zip Code: 103050000
- Record
- SN02800790-W 20120714/120712235048-bf4d334f28dba5444733715f4082ae26 (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 |