Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2020 SAM #6839
SOLICITATION NOTICE

Z -- Z--Ozark - Construct Additions to Existing Bldgs.

Notice Date
8/18/2020 5:47:12 PM
 
Notice Type
Presolicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
MWR MISSOURI MABO(62000) SAINT LOUIS MO 63102 USA
 
ZIP Code
63102
 
Solicitation Number
140P6220B0006
 
Response Due
9/21/2020 12:00:00 AM
 
Archive Date
10/09/2020
 
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 IFB 140P6220B0006 - This is a replacement to the Presolicitation Notice 140P6220R0001. This solicitation is being changed from a Request for Proposal (RFP) to an Invitation for Bid (IFB) and is therefore assigned the new number of 140P6220B0006 to reflect that it is an Invitation for Bid and will now be issued on or about August 21, 2020. OVERVIEW: The National Park Service (NPS), Interior Regions 3, 4 and 5, Missouri Major Acquisition Buying Office (MO-MABO), will be issuing the Invitation for Bid (IFB) 140P6220B0006 on or about August 21, 2020 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. The draft specifications (Attach 1), drawings (Attach 2), and informational videos (Videos #1, #2, and #3) pertaining to this project are included with this updated Presolicitation Notice. 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 on or about September 23, 2020. Award will be made to only one successful bidder. 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 under this section, 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 contain clause 52.219-3 - Notice of HUBZone Set-Aside or Sole Source Award with Alternate I. Pay particular attention to paragraph (d)(3) of Alternate I; ""For general construction, at least 15 percent of the cost of the contract performance to be incurred for personnel shall be spent on the concern's employees;"" BONDING: (1) PRIOR TO THE SOLICITATION CLOSING DATE AND TIME, Bidder is required to submit to the Contracting Officer a Bid Guarantee. The amount of the guarantee shall be twenty percent (20%) of the Bidder�s bid price, or One Hundred Twenty Five Thousand Dollars ($125,000); whichever is less. The ORIGINAL HARDCOPY ""Bid Guarantee"" must be received in the contracting office no later than the closing date and time of the solicitation. An emailed copy of the bid guarantee CANNOT be substituted for the original. Bid 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 bidder 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-bid 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. Bidders 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 (IFB) is anticipated to be issued and available on or about August 21, 2020 and will be posted to the Beta.Sam.Gov website at https://beta.sam.gov. The keyword/solicitation/reference number for the solicitation will be IFB 140P6220B0006. The Contracting Officer will not provide hardcopies or email copies of the solicitation. It is the responsibility of the bidders to monitor the beta.sam.gov website to download the solicitation, specifications and drawings, other attachments, and all amendments issued against the solicitation. RESPONSE TIME AND AWARD: This will be a Sealed Bid acquisition. ONLY HARD COPIES OF THE SEALED BIDS AND BID GUARANTEE BONDS ARE REQUIRED. Only hard copies will be accepted and will be opened on the date/time specified and must be delivered to the MISSOURI MABO CONTRACTING OFFICE, ATTENTION: KATHRYN LOGSDON, CONTRACTING OFFICER, LOCATED AT LINCOLN HOME NATIONAL HISTORIC SITE, BEEDLE HOUSE, 411 SOUTH 8TH STREET, SPRINGFIELD, ILLINOIS 62701. Bidders are responsible to ensure Bids are delivered to the Contracting Office prior to the Bid opening date/time specified. Due to the COVID-19 situation, Bidders should use the United States Postal Service (USPS), Federal Express (FedEx), or United Parcel Service (UPS), if not personally delivering your sealed bid. Because the Contracting Office is not currently manned, if delivering your sealed bid in person, please email the Contracting Officer at Kathryn_logsdon@nps.gov and the Contracting Officer will meet you at the Contracting Office at a coordinated date and time (Monday through Friday between the hours of 9:00 a.m. and 4:00 p.m. central time) so that bidder can hand deliver their sealed bid. By submitting a bid, the Bidder agrees that they will follow the specifications provided and complete the work accordingly. The Bid Opening Date is September 21, 2020 at 2:00 p.m. central time. The current plan is for the bid opening to be �open to the Public� (while following the then current CDC recommendations) in a facility at the Lincoln Home National Historic Site in Springfield, Illinois, that will allow us to maintain the 6-foot social distance and stay within the building�s allowable occupancy. If you plan to attend the bid opening, please send an email to Kathryn_logsdon@nps.gov at least two days prior to the actual bid opening. This is necessary to ensure we have adequate space to accommodate the numbers that will be in attendance. QUESTIONS: All questions pertaining to this solicitation shall be submitted IN WRITING by e-mail to Kathryn_logsdon@nps.gov. All questions must be submitted in writing and received NOT LATER THAN 4:00 p.m. CENTRAL TIME ON SEPTEMBER 11, 2020. REGISTRATION: All bidders are to have a Unique Entity Identifier (UEI) (formally known as DUNS 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 bid. 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/c322515abb0d486f88a2ca4fd5c8cf34/view)
 
Place of Performance
Address: Housing at Round Springs, near Eminence, MO, HQ - 404 Watercress Drive, Van Buren, MO 63965-9603, USA
Zip Code: 63965-9603
Country: USA
 
Record
SN05763119-F 20200820/200818230201 (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.