Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOLICITATION NOTICE

P -- REMOVE LIFE ESTATE 118 CONWAY TERRACE

Notice Date
5/16/2018
 
Notice Type
Presolicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
NPS, MWR - Missouri MABO 11 North 4th Street St Louis MO 63102 US
 
ZIP Code
00000
 
Solicitation Number
140P6218Q0044
 
Point of Contact
Frank, Matthew
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: On or about 1 June 2018, the National Park Service (NPS), Midwest Region, Missouri Major Acquisition Buying Office, intends to issue a Request for Quotation (RFQ) 140P6218Q0044 to solicit quotations for demolition, removal and recycling of two structures located within Hot Springs National Park, Hot Springs, Arkansas 71901. 1.The work will consist of the Contractor, in accordance with local, state, and federal regulations, OSHA, EPA, and the terms and conditions of the solicitation/contract, providing all labor, supervision, materials, tools, equipment, supplies, transportation, vehicles, licenses, certifications, permits, and other items, services and incidentals necessary to demolish, remove, and recycle one two-story wooden residence and one garage with total square footage of approximately 1,992 sq. ft., along with fencing and brick and stone boundary walls (partial), driveway, and miscellaneous improvements at a location referred to as Life Estate 118 Conway Terrace, Hot Springs National Park, Hot Springs, Arkansas. Work by the Contractor shall also include: a.Shutting off, disconnecting, and capping of utilities in coordination with the Park and local utility companies. Utilities shall be capped as close to the main as practicable, and the remaining piping, cable, and conduit to be removed. b.Proper abatement of all PCBs prior to the demolition of the facilities. c.Remove and dispose of all furnishings and equipment in the facilities. d.Finish grading to promote drainage and minimize erosion. e.As reported in the BRAL Environmental Services, Inc. Asbestos and Lead-Based Paint Regulatory Summary, asbestos is present in approximately 150 square feet of floor tile in the lower level kitchen and lead paint is present throughout the structure. Abatement of tile shall be performed and appropriate safety measures taken to prevent exposure of workers to lead paint. 2.This project will be performed within the Park's Facility Division's normal business days/hours of operation; which are Monday through Friday, 7:30 a.m. to 4:00 p.m. central time. All federally-recognized holidays will be observed during the course of the contract. Contractor is expected to coordinate with the Park's Representative and conduct the work so as to minimize disruption to adjacent residences. 3.All work and materials required to satisfactorily complete the work of this project for the Government's acceptance will be provided and accomplished by the Contractor even though they may not be individually identified or specified in the project documents. TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded mid-July 2018. Award will be made to only one successful quoter. Davis Bacon Prevailing Wages will apply. PERIOD OF PERFORMANCE: The period of performance will be thirty (30) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. The period of performance also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site. MAGNITUDE OF PROJECT: Between $25,000 and $100,000. ALTERNATE PAYMENT PROTECTION REQUIRED. The successful quoter will be required to provide a Payment Bond or an Irrevocable Letter of Credit (ILC) in an amount equal to 100% of contract price. NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 238910. SMALL BUSINESS SIZE STANDARD: $15.0 million. SET ASIDE: This opportunity is set aside for Service Disabled Veteran-Owned Small Business (SDVOSB) concerns. The Veterans Benefit Act of 2003 (15 U.S.C. 657f) created the procurement program for small business concerns owned and controlled by service-disabled veterans, commonly referred to as the Service-disabled Veteran-owned Small Business (SDVOSB) Procurement Program. Pursuant to FAR Subpart 19.1403(b), at the time that a service-disabled veteran-owned small business concern submits its quote, it must represent to the contracting officer that it is a (1) Service-disabled veteran-owned small business concern; and (2) Small business concern under the North American Industry Classification System (NAICS) code assigned to the procurement. Also note the contract performance cost for personnel as stated in FAR 52.219-27(d)(4). (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other service-disabled veteran-owned small business concerns. SITE VISIT: There will be only one scheduled pre-quotation site visit. The date, time and location for that site visit will be announced in the forthcoming solicitation. Quoters are encouraged to attend the scheduled site visit, to inspect the site, and to satisfy themselves regarding the conditions that may affect the cost of the products and performance. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PUBLICIZING: The official solicitation package (RFQ) is anticipated to be issued and available on or about 1 June 2018 and will be posted to the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The keyword/solicitation/reference number for the solicitation will be 140P6218Q0044. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the quoter to monitor the FBO and FedConnect websites to download the solicitation, specifications, attachments, exhibits and all amendments issued against the solicitation. This Presolicitation Notice does not constitute a solicitation; it is only advance notification that a solicitation for quotes will be forthcoming. All solicitation documents, along with the method in which quotations are to be submitted and the criteria used to evaluate quotes shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response time for submission of all quotations will be announced in the forthcoming solicitation. REGISTRATION: All quoters are to have a Unique Entity Identifier* (UEI) number, be registered and active in the System for Award Management (SAM) at https://www.sam.gov, have completed their Representations and Certifications (Reps & Certs) and be represented as a small business under the NAICS Code of 238910, in order to be awarded a contract; therefore, if you are not already registered and active in SAM, or have not completed your Representations and Certifications at https://www.sam.gov, it is strongly advised that you do so at this time. Failure on the part of the successful quoter to fulfill these requirements by the time the Contracting Officer makes award may result in award of the contract being made to the next otherwise successful quoter. *NOTE: Unique Entity Identifier (UEI) number formerly known as DUNS number. If you require assistance with acquiring a UEI* number, completing your SAM Registration, Representations and Certifications, adding the assigned NAICS Code to your Reps & Certs, or accessing the solicitation and its attachments, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at http://www.aptac-us.org/new/. POINT OF CONTACT: The point of contact for this Presolicitation Notice is Matt Frank, Contract Specialist, and can be reached via email at matthew_frank@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P6218Q0044/listing.html)
 
Place of Performance
Address: 118 Conway Terrace Hot Springs AR 71901 USA
Zip Code: 71901
 
Record
SN04923879-W 20180518/180516230714-e480df93a22a58f2a93abfadb3dd53b4 (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.