Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2019 FBO #6428
SOLICITATION NOTICE

Z -- Repair/Replacement of the Gallery Roof Trusses

Notice Date
6/28/2019
 
Notice Type
Synopsis
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NPS, PWR - GOGA MABO<br />Building 201, Fort Mason<br />San Francisco<br />CA<br />94123<br />US<br />
 
ZIP Code
94123
 
Solicitation Number
140P8619R0016
 
Archive Date
8/31/2019
 
Point of Contact
Daniska, Kyle
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION ANNOUNCEMENT GOLDEN GATE NATIONAL RECREATION AREA REPAIR AND/OR REPLACEMENT OF THE THIRD-TIER GALLERY ROOF TRUSSES AT FORT POINT NATIONAL HISTORIC SITE RFP No. 140P8619R0016 The National Park Service (NPS), Golden Gate National Recreation Area (GOGA), Fort Point National Historic Site, located in San Francisco County, California, has a requirement for the repair and/or replacement of the third-tier gallery roof trusses. The contractor shall provide all mobilization, labor, supervision, materials, equipment, transportation, site rehabilitation, clean-up, and demobilization. The contractor shall also take into account that they ¿ll need to provide their own generator and water. Restroom facilities are provided onsite. The contract work involving repair and/or replacement of the third-tier gallery roof trusses consists of the following, but is not limited to: 1. Onsite repair of existing (seven, eight foot) roof trusses. Which will include supporting the third floor gallery roof, removal of individual components for replacement, scaling, sandblasting/scraping as necessary to repair trusses. 2. Removal, fabrication, and replacement of existing (nine, eight foot and two, twelve foot) roof trusses. Which will include supporting the third floor gallery roof in order to remove the trusses. 3. Execute demolition work to insure that adjacent portions of the fort are not damaged from falling debris or other causes. 4. Remove as it accumulates, excess debris, except as otherwise specified, resulting from demolition operations. Do not store or permit debris to accumulate on site. The Request for Proposal (RFP) will include three base bid items. The disclosure of the magnitude of construction range is estimated to be between $100,000 and $250,000. This procurement is set-aside for Small Business (SB) concerns only. The North American Industry Classification System (NAICS) code is 238990; the small business size standard is $15.0 million. The Government intends to award a single, firm fixed price contract. Award selection shall be made on a Lowest Priced Technically Acceptable determination made after consideration of price and factors other than price (quality: project management and operating procedures, key personnel experience and technical competence with similar projects, and past performance). The RFP will be available via electronic commerce only and may be accessed on or about July 12, 2019 at either FBO: http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. The prospective Offeror is responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. A Site Visit will be scheduled on or about July 26, 2019. See Section L of the RFP (when issued) for more information. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. Interested parties may explore the GOGA website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/goga. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor ¿s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8619R0016/listing.html)
 
Record
SN05355444-F 20190630/190628230008 (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.