MODIFICATION
Y -- CHOH 150819 Locks 5 to 22 - PRESOLICITATION NOTICE
- Notice Date
- 6/19/2017
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering 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
- P17PS00752
- Point of Contact
- Heather Vogt, Phone: (303) 969-2031, Pamela Mault,
- E-Mail Address
-
Heather_Vogt@nps.gov, pamela_mault@nps.gov
(Heather_Vogt@nps.gov, pamela_mault@nps.gov)
- Small Business Set-Aside
- N/A
- Description
- Presolicitation Notice PRESOLICITATION NOTICE DESCRIPTION: The National Park Service, Denver Service Center intends to issue a Request for Proposal for the rehabilitation of locks 5 through 22 of the Chesapeake & Ohio Canal National Historic Park. There are thirteen sites located along a 10 mile stretch of the C&O Canal outside of Washington D.C. that need repairs. Typical repairs include armoring/raising of the towpath, repairing lock walls, replacing lock gates, canal bridges and waste weirs. PERIOD OF PERFORMANCE: The Contract Duration is 500 calendar days. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 Other Heavy and Civil Engineering Construction (Size Standard - $36.5M) CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted procurement. SELECTION PROCESS: The selection process will be a Best Value Trade Off Source Selection process. The technical criteria for this procurement is expected to include Experience, Past Performance, Technical Approach, and Management Plan. It is also expected that all evaluation factors, other than price, when combined, are significantly more important than price. The solicitation will contain the actual requirements. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about July 3, 2017. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT OF CONTACT: No phone calls will be accepted. Written inquiries can be made via Email. The point-of-contact for this procurement is Contract Specialist, Heather Vogt, at heather_vogt@nps.gov and copy to Contracting Officer, Pamela Mault, at pamela_mault@nps.gov. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS00752/listing.html)
- Place of Performance
- Address: C&O Canal, Washington DC, District of Columbia, United States
- Record
- SN04548996-W 20170621/170619234527-21c0fd3237fe5cdc04f3dd69e4aafc9a (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 |