Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
MODIFICATION

Z -- Hole-In-Donut Land Clearing (EVER) - Amendment 2

Notice Date
1/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P16PS00219
 
Response Due
1/22/2016 12:00:00 PM
 
Point of Contact
Philip Robinson, Phone: (303) 969-2137, Frank Camacho, Phone: (303) 969-2344
 
E-Mail Address
philip_robinson@nps.gov, frank_camacho@nps.gov
(philip_robinson@nps.gov, frank_camacho@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
PowerPoint Slides from Pre Award Site Visit Q & A from Pre Award Site Visit Solicitation Number: P16PS00219 Notice Type: Solicitation Amendment 0001 Amendment 0002: The purpose of this amendment is to post the Q & A and Powerpoint Presentation from the Pre Award Site Visit held on January 6, 2015. Amendment 0001: The purpose of this amendment is to post the first set of Questions and Answers and include the following forms: 1. Hazardous Materials Identification Listing 2. Key Personnel Qualification Form 3. Proposed Equals 4. Sub Contractor Reference Form Synopsis: ACTION: S - Solicitation Notice SOLICITATION NUMBER: P16PS00219 CLASSIFICATION CODE: Y1KZ - Construction of Other conservation and development facilities CONTRACTING OFFICER: Frank M. Camacho (Mike) DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver, CO 80225 POINT OF CONTACT: Philip Robinson, Contract Specialist, 303-969-2137, philip_robinson@nps.gov PLACE OF PERFORMANCE: Everglades National Park, Homestead, FL PLACE OF PERFORMANCE POSTAL CODE: 33034-6733 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Land Clearing in the Hole-In-The-Donut Wetland Restoration and Mitigation Project GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals from all interested 8(a) small-business firms having the capability to perform the work described below. This solicitation is being issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov. The proposal and solicitation documents are available for download in Adobe PDF and Microsoft Excel formats. (A single file format is not possible due to the types of files). Interested firms are required to visit the website periodically to check for amendments and other changes to the solicitation and proposal documents. No other notifications will be sent. Please Note: Paper copies of the solicitation will not be made available. Prospective offerors desiring to conduct business with the DOI are requested to be registered in the Systems for Awards Management (SAM) at www.sam.gov. It is important to note, award cannot be made to a prospective until that firm is registered in SAM. Pre-Proposal Conference Date: January 6, 2016 at 0900 ET. Location to be released upon RSVP. The NAICS Code for this requirement is 238910 size standard $15 million. This proposed project is working in the Hole-In-The-Donut (HID) in which is an area of former agricultural land located in Everglades National Park. After farming in the HID stopped a forest developed that is comprised of an invasive exotic plant called Brazilian pepper (Schinus Terebinthifolius). The only way to prevent the forest of Brazilian pepper from developing is to clear the land of all the vegetation and as much of the farmed soil as is technically feasible. It is anticipated that one or more Indefinite Delivery Indefinite Quantity fixed price construction Contracts with a Base Year running for twelve months from the date of award, and four (4) One-Year Option Periods will be awarded as a result of this Statement of Work, under which the Government will order various tasks necessary to accomplish a certain amount of land clearing in the HID. The four one-year option periods will be exercised unilaterally by the Government. The anticipated acquisition will be through the competitive 8(a) process. Submissions received from responsible 8(a) contractors will be considered. Land clearing requirements include, site visits, operating plans, site preparation, vegetation and soil removal, and on site soil disposal, monthly reporting and site cleanup. Land clearing will occur during the dry season (approximately December - May). All the areas where work will be conducted will be accessible by either paved or unpaved roads. The work will also occur while normal Park operations are ongoing. Vegetation clearing, soil removal, and disposal operations must be closely coordinated with known or projected Park operations. The Government estimates that the contractor will restore approximately 233 acres during the Base Year (2016). Over the next 4 Option Years (2017-2020), if they are executed, the Government estimates that the amount of work ordered will range from 214 to 251 acres. The minimum acreage ordered will be 100 acres and the maximum would be 350 acres. Contractors are advised that details of the work, like the variety of tasks and the number of acres ordered, may vary from year to year. It is anticipated that only one Task Order will be awarded during the Base Year and in each of the Option Years. Each Task Order will provide the specific details of limits and requirements. The estimated magnitude of the project is approximately $10,000,000 to $20,000,000 including all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Type of Procurement: It is anticipated that there will be multiple (at least 2) negotiated, firm-fixed price contract will be awarded resulting from a competed 8(a) participant set-aside, requiring submission of both a technical and price proposal. The government will consider an Offeror's technical capability in comparison to its price. All responsible sources may submit an offer which, if submitted in a timely manner, 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, 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 are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov. Responses from Bidders will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation. This announcement does NOT constitute the solicitation PLACE OF PERFORMANCE: Everglades National Park, Homestead, FL PLACE OF PERFORMANCE POSTAL CODE: 33034-6733 PLACE OF PERFORMANCE COUNTRY: USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00219/listing.html)
 
Place of Performance
Address: Hole-In-Donut, Everglades National Park, Homestead, Florida, 33034, United States
Zip Code: 33034
 
Record
SN03986471-W 20160110/160109132512-42746118e4878e0fecaffb9d4479589f (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.