Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOLICITATION NOTICE

Z -- INSTALL GRADE CONTROL STRUCTURES, Stehekin WA

Notice Date
9/7/2017
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NPS, PWR - OLYM MABO 810 State Route 20 Sedro-Woolley WA 98284 US
 
ZIP Code
00000
 
Solicitation Number
P17PS02947
 
Response Due
9/22/2017
 
Archive Date
10/7/2017
 
Point of Contact
Welch, Sarah
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotations #P17PS02947 is to install/construct two grade control structures within existing access roads, and installation of electrical conduit in one of the grade control structures. Grade control structures are designed to prevent flowing water from cutting deep channels, and ultimately slow major changes in river channels. Each structure is essentially a trench that is 6ft wide and 3ft deep, filled mainly with large native rocks with sand and gravel washed in to fill voids. PROJECT LOCATION: The project is located at Milepost 6.5 Stehekin Valley Road, in Lake Chelan National Recreation Area near Stehekin, Washington. Stehekin is a remote community located 50 miles from Chelan, Washington, at the north end of Lake Chelan. The Stehekin Valley is isolated; the roads do not connect with any highway system. Stehekin is accessible from Chelan only by boat, barge or floatplane. Lodging and meal services are limited in Stehekin. Information about Stehekin (including maps, ferry and barge services and lodging) is available at www.nps.gov/noca/planyourvisit/stehekin.htm and www.stehekin.com. Contractors are advised that barges run infrequently Contractors should verify scheduled runs and costs or cost of charter runs with the barge company before submitting a quote. SITE VISIT: There will not be a formal group site visit, but we strongly encourage prospective quoters to visit at their convenience to gain a good understanding of this site and the logistical details related to its location. This stretch of road is open to the public at all times. 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 238910 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 30 calendar days to complete the project after the Notice to Proceed is issued, with work projected to occur in October, 2017. In accordance with FAR 36.204, the estimated magnitude of this construction project is between $25,000 and $100,000. Payment protection will be required only if the award amount exceeds $35,000. 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 quote which shall be considered by the National Park Service, however quoters who have not established and/or maintained an active registration 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/P17PS02947/listing.html)
 
Record
SN04665403-W 20170909/170907231640-b937e4b3feeae6baa835a5796f67f212 (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.