MODIFICATION
Z -- Construction Services: Site Repairs and Improvements at Statue of Liberty National Monument, Liberty Island, NYC, NY. NPS PMIS # STLI 201065 – P17PS00002 - Amendment 2
- Notice Date
- 11/1/2016
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- 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
- P17PS00002
- Point of Contact
- Alan Stormont, Phone: (303) 969-2117, Albert Omara, Phone: (303) 969-2056
- E-Mail Address
-
alan_stormont@nps.gov, Albert_Omara@nps.gov
(alan_stormont@nps.gov, Albert_Omara@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Revised SF-1442 to NPS Solicitation P17PS00002. Removes DSC Magnitude from comments. Construction Wage Determination General Decision Number: NY160003 10/21/2016 NY3 (16 pages) P17PS00002-000002 Signed SF-30 GENERAL : The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described below. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. Proposals for this solicitation are due no later than 5:00 p.m. Mountain Time, on Monday, November 27, 2016. The entire solicitation package with all attached documents are available in Microsoft Word, HTML, and/or Adobe PDF. Specifications and drawings are available in Adobe PDF format through fbo.gov. Paper copies of this solicitation will not be made available. PROJECT DESCRIPTION : Site improvements in the Arrival Mall includes removal of approximately 8000 sf of damaged granite and replacing with new brick pavers and reinstalling approximately 4700 sf of existing pavers to complete the tie-ins. Site improvements at the Main Mall consist of installing 5300 square feet of new brick pavers & reinstalling 1900 square feet of existing pavers. At the tree panels, install 90 feet of granite curb, 11500 square feet of brick pavers & 4700 square feet of granite pavers, all with related sand and base. 560 feet of existing granite walls will be cleaned & kiosk reinstalled. Forty-six (46) new trees will be planted with new replacement soil and mulch. Over 900 lineal feet each of new tree and trench drains will be installed & connected to existing system. The project includes 1,650 LF of stainless steel fencing and mesh. Three sets of double leaf gates and drainage and utility work is also included in the work. PROCUREMENT TYPE : The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. This 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 to determine the best value (trade-off process) to the Government. SET-ASIDE TY PE: This is a competitive total small business set-aside acquisition limited to small business firms. All responsible sources may submit an offer for consideration in accordance with these and other terms and conditions of the anticipated solicitation. NAICS CODE : The primary NAICS Code for this project is 238990 - All Other Specialty Trade Contractors (for Brick Paver Installation/Fencing) with a small business size standard of $15.0M. The secondary NAICS is 561730 - Landscaping Services (for tree work) with a small business size standard of $7.5M. MAGNITUDE : In accordance with FAR 36.204, the project magnitude is estimated to be between $1,000,000 and $5,000,000. DURATION : The contract performance period is expected to be 300 calendar days from notice to proceed. PRE-PROPOSAL SITE VISIT : An organized pre-proposal site visit has been scheduled for Thursday, November 3, 2016, at 9 a.m. ET on Ellis Island. See Provision L.17 in the clauses and provisions attachment. (1) The walkthrough will begin with a brief introductory meeting in the New Immigration Building Conference Room on Ellis Island and then we will take a ferry to Liberty Island to review the specific areas of the projects. (2) Any interested contractors should email both matt_kutch@nps.gov and albert_omara@nps.gov. The email should include the name of the company and person(s) attending the pre-proposal site visit along with their vehicle information (make, model and license plate). All will be required to present ID for confirmation once arriving at Post 4 Ellis Island Entrance off Freedom Way in Liberty State Park. (3) Participants will meet at Post 4 (see Paragraph (2) above) by 8:30 a.m. in order to get processed thru security screening and make it to the meeting on time. ADDITIONAL INFO : Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website includes an Interested Vendors List and a Watch List, which allows interested companies to add their company name to these two lists. Registering provides opportunity to receive notifications, which 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. 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. Online Representations and should be filled out in SAM.gov. For questions please contact via email both the Contract Specialist Alan Stormont at alan_stormont@nps.gov and the Contracting Officer, Al O'Mara at albert_omara@nps.gov. Contracting Office Address (USPS) : National Park Service Denver Service Center (DSC-CS) 12795 West Alameda Parkway P.O. Box 25287 Denver, Colorado 80225-0287 Contracting Office Address (Courier) : National Park Service Denver Service Center (DSC-CS) 12795 West Alameda Parkway Lakewood, Colorado 80228 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-10-14 15:13:41">Oct 14, 2016 3:13 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-11-01 10:43:05">Nov 01, 2016 10:43 am Track Changes Amendment 000001 is issued to post the SF-1442 with contract clauses and provisions attachment, which did not post to FedBizOpps when the solicitation was issued. The closing date remains unchanged. Amendment 000002 is issued to provide a revised construction wage determination for this project and to revise the project magnitude to $1 to $5 million. Use the attached SF-1442 in lieu of any forms issued prior to this Amendment. The closing date for the submission of proposals remains unchanged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS00002/listing.html)
- Place of Performance
- Address: Statue of Liberty National Monument, Liberty Island, New York County, NY 10004 USA, New York, New York, 10004, United States
- Zip Code: 10004
- Zip Code: 10004
- Record
- SN04317813-W 20161103/161101234759-07f67f74e5f9b4a199f7de9aaff4f2a4 (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 |