Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2019 FBO #6442
SOLICITATION NOTICE

Z -- REPLACEMENT OF WASTEWATER DISPOSAL FIELD

Notice Date
7/12/2019
 
Notice Type
Synopsis
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NPS, PWR - PORE MABO<br />Point Reyes National Seashore<br />1 Bear Valley Road<br />Point Reyes Station<br />CA<br />94956-9703<br />US<br />
 
ZIP Code
94956
 
Solicitation Number
140P8419R0011
 
Archive Date
8/9/2019
 
Point of Contact
Chico, Elizabeth
 
Small Business Set-Aside
HUBZone
 
Description
RFP NO. 140P8419R0011 Pre-Solicitation Announcement NATIONAL PARK SERVICE LASSEN VOLCANIC NATIONAL PARK REPLACEMENT OF WASTEWATER DISPOSAL FIELD The National Park Service, Lassen Volcanic National Park, has a requirement for replacement of a wastewater disposal field in the Drakesbad, Warner Valley area of the park. The Contractor shall provide all supervision, labor, materials and equipment necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation. The work of this contract consists of labor, materials, and equipment required for installation of approximately 4,220 lineal feet of 4 ¿ sanitary sewer force main from the facilities existing sanitary sewer effluent pump system to the proposed off-site leachfield system. In addition, the work includes installation of a new 8,000 gallon per day leachfield including all associated flow splitter basins, distribution piping and gravelless infiltration chambers. This project shall require the contractor to complete all work required for mobilization, demobilization and includes providing all required traffic control and temporary stormwater pollution prevention necessary for the completion of the project. The project shall also include all labor, materials and equipment required to install the specified 4 ¿ PVC C900 Sanitary Sewer Force Main to a fully functional condition. This includes, but is not limited to completing all required excavation, providing and installing all required bedding material, providing and installing the specified pipe and all required fittings and concrete thrust blocking, providing and installing all required trench backfill material, including roadway resurfacing aggregate, completing all required compaction, providing and installing the specified locate tape and wire, completion of all required testing, completion of connections to existing force main, including connection appurtenances, and completion of surface restoration in accordance with the project plans and specifications. The project shall include providing all labor, materials and equipment required to install the specified combination air-vac release assemblies to fully functional condition. This includes, but is not limited to, completing all required excavation, providing and installing all required bedding material, providing and installing the specified Air-Vac Release Valve Assembly, including all connective piping and appurtenances, providing and installing the required enclosure, providing and installing all required trench backfill material, including locate wire and tape, restoration of the roadway, including roadway resurfacing aggregate, and completing all required compaction and surface restoration in accordance with the project plans and specifications. The project shall include providing all labor, materials and equipment required to install the specified cleanout at the location and in accordance with the detail shown on the project plans. This includes, but is not limited to, completing all required excavation, providing and installing all required bedding material, installation of the specified cleanout, including pipe, fittings and surface cover, providing and installing all required trench backfill material, including compaction, providing and completion of all required testing and completion of surface restoration in accordance with the project plans and specifications. The project shall include providing all labor, materials and equipment required to construct the complete wastewater disposal system (leachfield) from the terminus of the 4 ¿ sanitary sewer force main through the proposed leachfield beds. This includes, but is not limited to, completing all required excavation, providing and installing all required bedding material, installation of all required flow splitter basin, installation of all required gravity conveyance piping and appurtenances (including fittings and valves), installation of all required leachfield beds including gravelless chambers and observation ports, providing and installing all required trench backfill material, including compaction and completion of surface restoration in accordance with the project plans and specifications. The Contractor shall provide all manpower, equipment, testing, and supplies to perform the replacement and related services as identified within the specifications document and any additional documents or requirements. All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. Site work is anticipated to begin on or about September 1, 2019 and shall be completed no later than 120 days after the notice to proceed is issued. The North American Industry Classification System (NAICS) Code for this requirement is 237110, with a corresponding size standard of $36.5 million in annual gross receipts for the past three years. This acquisition is a Historically Underutilized Business Zone (HUBZone) Set-Aside. Offers are solicited only from HUBZone small business concerns. Offers received from concerns that are not HUBZone small business concerns shall not be considered. The Request for Quotation (RFQ) will be available on or around July 26, 2019 by electronic means only and can be downloaded along with all related attachments from the FedBizOpps website at http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The RFQ will close 30 days from the actual date of issuance. The Contractor is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFQ. An organized Site Visit has been scheduled and the date and time released with the solicitation. The Government intends to award a single, fixed price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUL-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/140P8419R0011/listing.html)
 
Record
SN05368032-F 20190714/190712230014 (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.