Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2019 FBO #6501
MODIFICATION

Y -- Denali Frontcountry Water & Sewer Rehabilitation for Riley Creek and Entrance Area

Notice Date
9/11/2019
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures 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
140P2019R0020
 
Point of Contact
Gabriel Castellanos, Phone: (303) 969-2118, Gregory Passig, Phone: 3039692623
 
E-Mail Address
gabriel_castellanos@contractor.nps.gov, gregory_passig@nps.gov
(gabriel_castellanos@contractor.nps.gov, gregory_passig@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
IMPORTANT NOTICE: There is another Presolicitation Notice out on FBO under 1402019R0020 please disregard it, the Solicitation Notice will be using the Presolicitation number 140P2019R0020. If you are an interested vendor please work off this Presolicitation Notice. Thank you all. ACTION: Pre-Solicitation Notice PRE-SOLICITATION NUMBER: 140P2019R0020 PROJECT TITLE: Construction Services: DENA 217466 Frontcountry Water & Sewer Rehabilitation for Riley Creek and Entrance Area, Alaska. CLASSIFICATION CODE: Y1NZ NAICS CODE: NAICS Code: 237110 -- Water and Sewer Line and Related Structures ARRA ACTION: No PRIMARY POINT OF CONTACT: Gabriel Castellanos Contract Specialist Gabriel_castellanos@contractor.nps.gov Phone: (303) 969-2118 SECONDARY POINT OF CONTACT: Gregory Passig Contracting Officer Gregory_passig@nps.gov Phone: (303) 969-2623 DESCRIPTION FIELD: GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on an unrestricted, small business set aside from all interested small businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov. Proposal documents will be available for download in Microsoft Word and Excel, HTML, and Adobe PDF; Specifications and drawings will be available in Adobe PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov ) website has an Interested Vendors List and a Watchlist where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Solicitation Issue Date: September 11, questions due October 1, 2019 and proposals are due 21 October, 2019 NLT 2pm mountain time. PROJECT DESCRIPTION: The proposed work consists of water and sewer utility replacement for a portion of the Riley Creek Campground and sewer improvements along the entrance road in the Frontcountry area of Denali National Park and Preserve. The project consists of: 1. The installation of approximately 1700 feet of 3 inch by 10 inch arctic pipe HDPE water main plus water service laterals. 2. The installation of approximately 4000 feet of 8 inch by 15 inch arctic pipe HDPE sewer main plus related sewer laterals, as well as approximately 20 manholes. 3. The installation of ancillary heat trace and electrical connections related to the water and sewer installations. The project will require consideration for the visiting public and related traffic control, including protection of visitors and employees during work. Additionally, consideration of minimizing the excavation footprints and efficient management of spoils will be critical. The project site is located along the entrance area of the Park where all road traffic must pass and the most used campground area of the Park. It is likely that some portions of the work, such as road crossings, may require night work to avoid daytime road closures. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. This negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The Government will consider an offeror's technical capability in comparison to its price to determine the best value (trade-off process) to the Government. SET-ASIDE TYPE: This is a competitive, unrestricted small business set-aside. All responsible sources may submit an offer for consideration in accordance with these and other terms and conditions of the anticipated solicitation. NAICS CODE: 237110 - Water and Sewer Line and Related Structures with a small business size standard of $36.5M. MAGNITUDE: In accordance with FAR 36.204, the project magnitude is estimated to be between $1,000,000 and $5,000,000. DURATION: The contract performance period is expected to be 120 calendar days from notice to proceed. SITE VISIT: It is anticipated that a Pre-Proposal Conference/Site Visit will be scheduled sometime during September 2019. Specific details regarding this meeting will be provided in the solicitation, once posted. For questions please contact via email both the Contract Specialist, Gabriel Castellanos, at gabriel_castellanos@contractor.nps.gov and the Contracting Officer, Greg Passig, at gregory_passig@nps.gov. Contracting Office Address: 12795 West Alameda Parkway Post Office Box 25287 Denver, Colorado 80225-0287 Place of Performance: Denali National Park and Preserve, Riley Creek Campground, AK SET ASIDE: Small Business ARCHIVING POLICY: Manual Archive ALLOW VENDORS TO ADD/REMOVE FROM INTERESTED VENDORS: Yes ALLOW VENDORS TO VIEW INTERESTED VENDORS LIST: Yes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2019R0020/listing.html)
 
Place of Performance
Address: Denali National Park and Preserve, Riley Creek Campground, AK, Denali Park, Alaska, 99755-0009, United States
Zip Code: 99755-0009
 
Record
SN05439573-W 20190913/190912053224-d6430dc0b973feedfbe24b449ccabfe6 (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.