SOLICITATION NOTICE
Z -- Construct Bumpouts at OZARKS
- Notice Date
- 11/22/2019 12:46:37 PM
- Notice Type
- Presolicitation
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- MWR MISSOURI MABO(62000) SAINT LOUIS MO 63102 USA
- ZIP Code
- 63102
- Solicitation Number
- 140P6220R0001
- Response Due
- 1/21/2020 8:59:59 PM
- Archive Date
- 02/05/2020
- Point of Contact
- Logsdon, Kathryn
- E-Mail Address
-
Kathryn_Logsdon@nps.gov
(Kathryn_Logsdon@nps.gov)
- Small Business Set-Aside
- HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE FOR RFP 140P6220R0001OVERVIEW: On or about December 13, 2019, the National Park Service (NPS), Interior Regions 3, 4 and 5, Missouri Major Acquisition Buying Office (MO-MABO), intends to issue a Request for Proposal (RFP) 140P6220R0001 for the construction of additions to the side of five (5) existing one bedroom duplex units at Ozark National Scenic Riverways, at Round Springs near Eminence, MO. DESCRIPTION: The work will consist of the Contractor providing all labor, supervision, tools, equipment, materials, supplies, vehicles and other items, services and incidentals necessary to complete the work. 1. Project Location: Ozark National Scenic Riverway Housing at Round Springs near Eminence, MO. The project site itself is northwest of Eminence on Highway 19 just south of the Current River. 2. The work includes the constructing of five (5) one bedroom and bathroom additions to each of the following duplex units: 236-A, 236-B, 237-A, 238-A, and 238-B. The size of each addition is roughly 17� by 19�. The Addition with crawl space consists of one bedroom and an accessible bathroom with most utilities connected through the crawl space. The Addition and current structure have a concrete foundation with wood structure and accent stone wainscot. The units are clustered together. 3. The project is designed to comply with a Certification Level according to the U.S. Green Building Council�s Leadership in Energy & Environmental Design (LEED) Rating System. 4. All work required by the project documents, which will be posted with the solicitation, will be accomplished by the Contractor even though minor items/services required may not be specifically mentioned.TYPE OF CONTRACT: This will be a single firm-fixed price construction contract and expected to be awarded in the late January 2020 time frame. Award will be made to only one successful offeror. Davis Bacon Prevailing Wages will apply.PERIOD OF PERFORMANCE: The period of performance will be ninety (90) calendar days from the date the Notice to Proceed is issued by the Contracting Officer and received by the Contractor. This also includes final government inspection, completion of punch list items, and final cleanup by Contractor of the contract site.MAGNITUDE OF PROJECT: Between $500,000 and $1 million.NAICS CODE: The North American Industry Classification System (NAICS) Code assigned to this solicitation / procurement is 236118.SMALL BUSINESS SIZE STANDARD: $39.5 million.SET ASIDE: This opportunity is set aside for HUBZone Small Business concerns. The Historically Underutilized Business Zone (HUBZone) Act of 1997, (15 U.S.C. 631) created the HUBZone Program to provide Federal contracting assistance for qualified small business concerns located in historically underutilized business zones, in an effort to increase employment opportunities, investment, and economic development in those areas. Pursuant to FAR Subpart 19.1303(d), to be eligible for a HUBZone contract, a HUBZone small business concern must be a HUBZone small business concern both at the time of its initial offer and at the time of contract award. As it pertains to general construction and the cost of contract performance for personnel, the solicitation will also contain clause �52.219-3(e)(3) - Notice of HUBZone Set-Aside or Sole Source Award (DEVIATION 2019-01)� that states in part: �General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded.�BONDING: (1) PRIOR TO THE SOLICITATION CLOSING DATE AND TIME, Offeror is required to submit to the Contracting Officer a Proposal Guarantee. The amount of the guarantee shall be twenty percent (20%) of the Offeror's proposal price, or One Hundred Twenty Five Thousand Dollars ($125,000); whichever is less. The ORIGINAL HARDCOPY ""Proposal Guarantee"" must be received in the contracting office no later than the closing date and time of the solicitation. An emailed copy of the proposal guarantee CANNOT be substituted for the original. Proposal Guarantee is to be submitted on the SF-24 Bid Bond form. (2) AFTER CONTRACT AWARD, within ten (10) calendar days after the contract award date, the successful offeror is required to submit to the Contracting Officer, Payment and Performance Bonds in the amount of 100% of the original contract price. SITE VISIT: There will be only one scheduled pre-proposal site visit. The date, time and location for that site visit will either be announced in an amendment to this pre-solicitation notice, or in the forthcoming solicitation. Offerors are encouraged and expected 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 (RFP) is anticipated to be issued and available on or about December 13, 2019 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 RFP 140P6220R0001. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the offerors to monitor the FBO and FedConnect websites to download the solicitation, specifications and drawings, other attachments, and all amendments issued against the solicitation. This Presolicitation Notice does not constitute a solicitation; it is only advance notification that a solicitation for offers will be forthcoming. All contract specification documents, along with the method in which proposals are to be submitted and the criteria used to evaluate offers shall be included in the forthcoming solicitation. RESPONSE TIME AND AWARD: Response time for submission of all proposals will be announced in the forthcoming solicitation. This will be a competitive solicitation and the Lowest Price Technically Acceptable (LPTA) source selection process will be used to evaluate offers, subject to FAR 15.101-2. REGISTRATION: All offerors 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 HUBZone small business concern under the NAICS Code of 236118 at the time it submits its offer. *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 Kathryn M. Logsdon, Contracting Officer, and can be reached by phone at (217) 391-3225, or by e-mail at kathryn_logsdon@nps.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3bb29b8583714a2e89ef4fd1455320b4/view)
- Place of Performance
- Address: Ozark National Scenic Riverway, Housing at Round Springs near, Eminence, MO, Van Buren, MO 63965-9603, USA
- Zip Code: 63965-9603
- Country: USA
- Zip Code: 63965-9603
- Record
- SN05501726-F 20191124/191122230250 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |