Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOLICITATION NOTICE

Z -- Stabilize and Paint Fort Point Lighthouse, GGNRA

Notice Date
1/7/2020 9:33:50 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
PWR GOGA(86000) SAN FRANCISCO CA 94123 USA
 
ZIP Code
94123
 
Solicitation Number
140P8620Q0010
 
Response Due
2/20/2020 8:59:59 PM
 
Archive Date
01/20/2021
 
Point of Contact
Kramer, Gary
 
E-Mail Address
Gary_Kramer@nps.gov
(Gary_Kramer@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. The National Park Service, Pacific West Region Golden Gate Buying Office (MABO), intends to issue a solicitation to Stabilize and Paint National Register Listed Fort Point Lighthouse at Golden Gate National Recreation Area. NAICS Code 238990 All Other Specialty Trade Contractors The disclosure of the magnitude of construction range is estimated to be between $25,000 and $100,000. This procurement is set-aside for Total Small Business concerns only. The North American Industry Classification System (NAICS) code is 238990; the small business size standard is $15 million. The Government intends to award a single, firm fixed price contract. PROJECT SCOPE: Stabilize and Paint National Register Listed Fort Point Lighthouse, located at Fort Point, National Historic Site, San Francisco, California. Project includes, but not limited to recoating surfaces and minor repair to the existing structure, replacing vent frames, Replace three trapezoidal watch room windows, Remove all existing glazing putty at lantern windows, Repair the chipped portion of the granite stair that supports central post Place of Performance: Golden Gate National Recreation Area; Fort. Point, San Francisco County, California. This pre-solicitation notice is being issued to provide advance notice of the future solicitation. The solicitation will be issued electronically, through Beta SAM https://beta.sam.gov/ and at www.fedconnect.gov. Paper copies of this solicitation will not be made available. The due date for proposals will be approximately 30 days after the date of issuance of the RFQ. 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 RFQ. Prior to the solicitation closing date, all offerors must establish and/or maintain an active registration and complete the online representations and certifications at www.SAM.gov. The anticipated date for issuance of the solicitation is January 20, 2020, with proposals due approximately 30 days thereafter. Dates stated are estimates and are subject to change. Prospective offerors will be required to visit these websites periodically to check for amendments and other changes to the solicitation documents; no other notifications will be sent. No hard copies of the solicitation will be mailed or issued. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. This announcement does not constitute the solicitation. The Government reserves the right to cancel this solicitation. The Government will not pay for any costs incurred related to the site visit and/or in responding to this announcement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer best conforms to the solicitation and will be most advantageous to the Government, on the basis of overall Lowest Price, Technically Acceptable, considering the following evaluation factors: price, technical capabilities to perform the work in a manner that best conforms to the SOW. Evaluation factors include overall technical acceptability and price. The government reserves the right to make award without discussions. Offeror shall possess a CA CSLB, C33 & C06 license or equivalent. The due date for proposals will be 30 days after the date of issuance of the RFQ. 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 RFQ. A Site Visit will be scheduled by contacting the project COR/PM. 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. This announcement does not constitute the solicitation. The Government reserves the right to cancel this solicitation. The Government will not pay for any costs incurred related to the site visit and/or in responding to this announcement. Per FAR 52.228-13, ALTERNATIVE PAYMENT PROTECTIONS ARE REQUIRED THE CONTRACTOR IS RESPONSIBLE FOR ALL MATERIAL, LABOR, EQUIPMENT, TOOLS, AND EXPERTISE NEEDED TO COMPLETE THIS PROJECT IN ACCORDANCEWITH THE STATEMENT of WORK All questions related to this opportunity must be submitted in writing to the address below or via email to gary_kramer@nps.gov. Point of Contact, Gary Kramer, Contract Specialist, Santa Monica Mountains National Recreation Area, 401 W. Hillcrest Drive, Thousand Oaks, CA 91360. Phone (805) 370-2324. 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
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb6adefa18994e20a4bd05030ed6ec81/view)
 
Place of Performance
Address: San Francisco, CA 94123, USA
Zip Code: 94123
Country: USA
 
Record
SN05528176-F 20200109/200107230131 (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 |
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.