Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
MODIFICATION

Y -- Design/Build Upgrade South Grounds Infrastructure

Notice Date
7/27/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building 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
140P2018R0106
 
Point of Contact
Paula Johnson, , Karen La Bouff-Kind,
 
E-Mail Address
Paula_Johnson@nps.gov, karen_labouff-kind@nps.gov
(Paula_Johnson@nps.gov, karen_labouff-kind@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 an upcoming design/build effort at the President's Park. The project scope is detailed below: The project is a design-build construction project to install subsurface empty conduit duct banks and associated appurtenances on the south grounds of the White House. The White House grounds are a National Historic Landmark and a cultural landscape of significance within the city of Washington, D.C. This project will provide new and additional conduit duct bank capacity and increased conduit reach in order to provide for current and future needs related to miscellaneous and varied security, camera and lighting systems. The general duct bank arrangement is expected to consist of main "backbone" duct banks with many smaller duct bank "branches" to feed existing or future structures, systems and/or devices located across the south grounds of the complex. The estimated total linear footage of duct bank is expected to be in the approximate range of 5,000 to 15,000 linear feet, with each duct bank containing from one to approximately twelve individual conduits and with the size of each conduit ranging from one to approximately four inches in diameter. The project includes subsurface utility locating and professional engineering design and construction of trenching and/or directional drilling for subsurface conduit installation, excavation and backfill for installation of utility structures and associated appurtenances, and landscape restoration and sod installation. Of primary importance under this project is the protection of the historic landscape including many contributing features such as mature trees, sod and other landscape and hardscape elements. The interested parties must have facility security clearance at the "SECRET" level and have ability to safeguard documents at the "SECRET" level. If you are interested, please submit brief capabilities, past performance information, bonding capabilities, and firm's security clearance information in writing to demonstrate capabilities. The amount of interest, or lack thereof, will determine the possibility of competitive set-aside or full and open competition within the firms holding the appropriate security clearances. The NAICS Code for this requirement is 236220 Commercial and Institutional Building 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. 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. Work will be ordered by issuance of firm fixed price contract. In order to be considered capable for award of this acquisition, firm(s)/teams must demonstrate the following: • Possess all professional qualifications, including classified construction project management • Ability to self-perform and perform within the Limitations on Sub-contracting requirements listed above In order to maximize competition, the National Park Service is encouraging joint venture relationships. However, the Prime Contractor must have a facility security clearance at the "SECRET" level with ability to have safeguard documents at the "SECRET" level and capable of sponsoring subcontractor that are not cleared at the time of award of the contract. Firms responding to this notice must submit a narrative, not exceeding ten (10) pages, addressing the following: • Description of how capability requirements above will be met. • Brief past performance information on large classified construction projects of a similar scope and magnitude • Firm's current security clearance level and expiration date • Firm's facility security officer's information and telephone number • Percentage and description of self-performed work over the previous five (5) years. • 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. • Verifiable bonding information (The estimated magnitude of construction is more than $10M.) • Firm's name, DUNS number and CAGE Code. All firms responding to this sources sought shall keep responses to a maximum of ten (10) pages including the cover sheet, if any. Your response is due no later than 12 p.m. Mountain Time on Friday, August 10, 2018. Responses shall be submitted by email only with subject titled "PRPA 18017 South Grounds" to the following email address(es): Karen_labouff-kind@nps.gov Paula_johnson@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 socio-economic 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/140P2018R0106/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN05010916-W 20180729/180727231109-4283b2cc11ab88dcd92fd1db8305c017 (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.