Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2018 FBO #6006
SOURCES SOUGHT

Z -- Pavement Repair/Rehabilitation of Various Roadways and Parking Areas

Notice Date
5/2/2018
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge 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
GATE_188281
 
Archive Date
5/31/2018
 
Point of Contact
Steve Newton, Phone: (303) 969-2158, Patrick McGowan, Phone: 303-969-2937
 
E-Mail Address
stephen_newton@nps.gov, patrick_mcgowan@contractor.nps.gov
(stephen_newton@nps.gov, patrick_mcgowan@contractor.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 CERTIFIED 8(a) SMALL BUSINESSES for the project below. The Government anticipates a competitive method of contracting. Project Name: Pavement Repair/Rehabilitation of Various Roadways and Parking Areas at Floyd Bennett Field in the Jamaica Bay Unit of Gateway NRA, Brooklyn, NY. Location: Gateway National Recreation Area, Brooklyn, NY Estimated Magnitude: Between $1,000,000 and $5,000,000 Estimated Period of Performance: 9/30/2018-9/30/2019 Project Description This project includes pavement work for 4 different routes at Floyd Bennett Field (parking lots and roads) with one option route. Contract work includes repair/rehabilitation of pavement with a variety of methods including; 2" mill and 2" overlay of new pavement, and reclaim / 3" new pavement. The work also includes minor full depth pavement repair, minor drainage repair, curb repair, new pavement striping, crack sealing, addition of signage, and minor regrading as necessary. The NAICS Code for this requirement is 237310, Highway, Street, and Bridge Construction with a corresponding size standard of $36.5 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 at time of submission in response to this notice. If submitting as a joint venture, the joint venture also must be registered in SAM at time of submission. The following Limitations on Subcontracting apply to each category as follows: • Small: In accordance with FAR clause 52.219-14, at least 15% 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 15% 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 15% 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 15% 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 15% of the cost of the contract incurred for personnel with its own employees. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the ability to perform within the Limitation on Subcontracting requirements listed above. Your email capability information MUST be 10 pages or less and be SPECIFIC to the scope provided for your company and any major proposed subcontractor. You must also provide a letter from your bonding company verifying your bonding levels. Include your firm's name, DUNS number, CAGE Code and identification/certification of business size and socioeconomic group in submissions responding to this notice. Required Capabilities & Evaluation Criteria: 1. Demonstrate experience managing and constructing projects of similar scope and size. 2. Demonstrated experience working on historic building projects. 3. Demonstrate ability to work in a highly visible location incorporating site safety and safety of the public. 4. Project management experience including client reporting, SharePoint systems, CPM scheduling, implementing and maintaining a Quality Control Program. Responses shall be submitted by email only with a subject including the phrase "GATE 188281" to the following email address Stephen_Newton@nps.gov Responses are due on Wednesday May 16, 2018 by 1700 MT. 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/GATE_188281/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area, United States
 
Record
SN04908652-W 20180504/180502231311-aa87870bc71fd981892bce6c7d9205fe (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.