MODIFICATION
Z -- Insulate buildings at Fort Vancouver NHS, WA
- Notice Date
- 8/7/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238310
— Drywall and Insulation Contractors
- Contracting Office
- NPS, PWR - OLYM MABO 600 E. Park Avenue Port Angeles WA 98362-6757 US
- ZIP Code
- 00000
- Solicitation Number
- P15PS01980
- Response Due
- 9/9/2015
- Archive Date
- 9/24/2015
- Point of Contact
- Welch, Sarah
- E-Mail Address
-
Click to e-mail the Contracting Officer.
(Sarah_Welch@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotations #P15PS01980 is to furnish and install loose-fill insulation in the attics of nine buildings and batt insulation in the crawlspaces of eight buildings at Fort Vancouver National Historic Site, in accordance with the attached documents. On-site work will start in early September, 2015. A site visit will be held on Monday, August 17, 2015, at 10:00 am. PROJECT LOCATION: The buildings are located in the East Barracks section of the fort, on or near McClellan Road, Vancouver WA. Maps and information about the park are at www.nps.gov/FOVA. DETAILS: This is a best value procurement set-aside for small business concerns in accordance with FAR Part 19.5. The NAICS code for this project is 238310 and the small business size standard is $15.0 million, average annual gross receipts for the past three years. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. The contractor will have 60 calendar days to complete the project after the Notice to Proceed is issued. In accordance with FAR 36.204, the estimated magnitude of this construction project is between $25,000 and $100,000; the solicitation is being issued using Simplified Acquisition methods in FAR Part 13. The RFQ and future amendments will be posted at www.FBO.gov. Prospective quoters will be required to visit this website periodically to check for amendments and other changes to the contract documents; no other notifications will be sent. No hard copies of the solicitation will be mailed or issued. The Government reserves the right to cancel this solicitation. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however quoters who have not established and/or maintained an active registration and completed the online representations and certifications at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award. 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 Small Business Administration ¿s (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS01980/listing.html)
- Record
- SN03829468-W 20150809/150807235433-9335a3f9180b7e2c555c7fa5eb47b308 (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 |