SOLICITATION NOTICE
Z -- Rehabilitate El Portal Sanitary Sewer – Phase 1
- Notice Date
- 6/2/2016
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
- ZIP Code
- 80228
- Solicitation Number
- P16PS01417
- Archive Date
- 6/18/2016
- Point of Contact
- Evelyn M. Tate, Phone: 3039692229, Sally McMahon, Phone: 303-969-2413
- E-Mail Address
-
evelyn_tate@nps.gov, Sally_McMahon@nps.gov
(evelyn_tate@nps.gov, Sally_McMahon@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- • General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform a single construction contract for the rehabilitation of a sewer collection system adjacent to the boundary of Yosemite National Park, California. Construction currently under consideration includes, the rehabilitation of the El Portal sewer collection system at the Yosemite Park Administrative Area within the Old El Portal service area in the town of El Portal, California, located approximately sixty-six (66) miles northeast of the city of Merced via CA Highway 140. • This pre-solicitation announcement is not a solicitation document, but notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. • Details: Title of Project: Rehabilitate El Portal Sanitary Sewer - Phase 1 PMIS No. YOSE - 158675A Solicitation Proposed Issue Date: Estimated issuance on June 24, 2016 The project involves phased rehabilitation of existing sewer collection system within NPS Administrative area adjacent to Yosemite National Park boundary. The work includes: 1) removal and replacement of approximately 1,200 linear feet of existing 15-inch VCP sewer trunk main line with new 18-inch HDPE piping, 2) rehabilitation of approximately 1,000 linear feet of collection sewer mains, 3) wastewater bypass pumping for peak flow of approximately 1,900 gpm, 4) approximately 3,200 linear feet of abandoned in-place (slurry filled) sewer mains/manholes, 5) removals and replacement of two lift stations and construction of approximately 900 linear feet of new gravity and force mains associated with these lift stations, 6) removal and replacement of approximately 2,500 linear feet of sewer main and service laterals (bid options), and 7) CCTV piping and manhole inspection of approximately 18,000 linear feet of 15-inch sewer trunk main and 1,300 linear feet of sewer collection main. • A pre-proposal site visit is planned for this project. Site visit information will be included in the upcoming, Solicitation package. • Type of Procurement: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. • Estimated price range: $3,000,000 to $4,000,000 • Time for contract completion: Period of Performance: September 2016 - May 2017. Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents. • This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. Responsible small business sources may submit an offer that will be considered. • The small business size standard for NAICS 237110 is $36.5 million. • A solicitation will be issued electronically, on the Federal Business Opportunities (www.fbo.gov) website. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format through www.fbo.gov. Paper copies of this solicitation will not be made available. • Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. • The System for Award Management (SAM) is an on-line Internet system. Prior to SAM, vendors were required to submit Representations and Certifications (Reps and Certs) for individual large purchase contract awards. Now, using SAM, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits the contractor by allowing them to maintain an accurate and complete record. The SAM site can be found by going to http://www.sam.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you need technical assistance with SAM.gov, go to the SAM Home Page and click on the Service Desk link. • You are required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. • 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 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. • Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219-8-Utilization of Small Business Concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P16PS01417/listing.html)
- Place of Performance
- Address: Yosemite National Park, Mariposa County, El Portal, California, El Portal, California, 95389-0577, United States
- Zip Code: 95389-0577
- Zip Code: 95389-0577
- Record
- SN04136597-W 20160604/160602235038-09a5f4cfc14fba343ea6cc9f67b9dd7b (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 |