Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

Y -- ROCR 137484 - Fountain Modifications at Georgetown Waterfront Park, Washington D.C.

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
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
140P2018R0068
 
Point of Contact
Timothy Burger, Phone: (303) 987-6758, Victoria Nosal, Phone: (303) 969-2203
 
E-Mail Address
timothy_burger@nps.gov, victoria_nosal@nps.gov
(timothy_burger@nps.gov, victoria_nosal@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. NOTE: THIS SOURCES SOUGHT NOTICE IS FOR SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABILED VETERAN-OWNED SMALL BUSINESSES and/or WOMAN-OWNED SMALL BUSINESSES. The National Park Service (NPS), Denver Service Center, 12795 W. Alameda Parkway, Denver, Colorado seeks to determine the availability and capability of potential SMALL BUSINESSES, CERTIFIED 8(a) SMALL BUSINESSES, CERTIFIED HUBZONE SMALL BUSINESSES, CERTIFIED SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS, and/or WOMAN-OWNED SMALL BUSINESSES for the project below. Project Name: ROCR 137484 - Fountain Modifications at Georgetown Waterfront Park Location: Georgetown Waterfront Park, Rock Creek Park, Washington D.C. Estimated Magnitude: $250k - $500k Project Description The purpose of this project is for fountain modifications at Georgetown Waterfront Park. This project has three scope items. The first is adding granite blocks to the existing Georgetown Waterfront Park fountain plinth. The granite block will help eliminate a tripping hazard associated with the plinth's vanishing edge. The second item will fill the fountain runnels with bonded aggregate to comply with accessibility standards. The third item will add a trench drain to the fountain wet deck to address ponding. Firms responding to this notice must submit a narrative, not exceeding eight (3) pages, addressing the following: Required Capabilities 1. Demonstrate experience in supply and installation of stonework, granite, and concrete products. 2. Demonstrate past performance in a highly visible work location that will subject the contractor's operations to daily oversight from the highest levels of government and daily interaction with the general public visiting the site. 3. Provide proof of bonding capacity single project up to $500k. 4. IMPORTANT: Identification/certification of business size and socio-economic group, i.e. certified HUBZone business, certified 8(a) business, certified Service Disabled Veteran-Owned small business, woman-owned business, or small business. 5. Firm's name, DUNS number and CAGE Code. The NAICS Code for this requirement is 238990 All Other Specialty Trade Contractors with a corresponding size standard of $15 million gross receipts, averaged over the preceding 3 years. The size of a small business firm includes all parents, subsidiaries, affiliates etc. see 13 CFR 121.103 and 13 CFR 121.108 All firms should be certified in SAM https://www.sam.gov. The following Limitations on Subcontracting apply to each category as follows: •Small: In accordance with FAR clause 52.219-14, at least 25% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. •8(a): In accordance with FAR clause 52.219-14, at least 25% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. •HUBZone: In accordance with FAR clause 52.219-3, at least 25% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. •Service Disabled Veteran-Owned: In accordance with FAR clause 52.219-27, at least 25% of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran-owned small business concerns. •Women-Owned: In accordance with FAR clause 52.219-30, the concern will perform at least 25% of the cost of the contract incurred for personnel with its own employees. Your response is due no later than 1400 Mountain Time on Friday, April 13, 2018. Responses shall be submitted by email only with a subject including the phrase "ROCR 137484" to the following email addresses: victoria_nosal@nps.gov timothy_burger@nps.gov The information received as a result of this market research will be considered solely for the purpose of determining whether to conduct a competitive procurement under one of SBA's socioeconomic business programs. The NPS does not intend to pay for any information provided under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0068/listing.html)
 
Place of Performance
Address: Georgetown Waterfront Park, 3303 Water St NW, Washington, District of Columbia, 20007, United States
Zip Code: 20007
 
Record
SN04880181-W 20180407/180405231556-123acce4f24a72f054e22bcd551d3811 (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.