SOLICITATION NOTICE
Y -- Y--Various Pavement Repairs, Shenandoah Natl Park
- Notice Date
- 11/10/2020 3:42:41 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- DSC CONTRACTING SERVICES DIVISION DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140P2021R0027
- Archive Date
- 12/31/2020
- Point of Contact
- Rogers, Jeremiah
- E-Mail Address
-
jeremiah_rogers@nps.gov
(jeremiah_rogers@nps.gov)
- Awardee
- null
- Description
- GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open (small business set aside) basis from all interested small businesses having the capability to perform the work described below. The solicitation will be issued electronically FBO/beta.sam.gov . Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in 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 FBO/beta.sam.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. Proposed Solicitation Issue Date: Estimated on/about November 25, 2020 This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. The NAICS Code for this requirement is 237310 with a size standard of $36.5 million. Title of Project: Various Pavement Repairs, Shenandoah National Park, SHEN 222242 Description: The project consists of the rehabilitation of multiple roads, overlooks and parking areas within Shenandoah National Park. The scope of the project includes: pavement work for 9 different routes along the north end of Skyline Drive (parking lots, overlooks and roads). Contract work includes repair/rehabilitation of pavement with a variety of methods including; pavement repair, minor drainage repair, replacement of curb stops, curb repair, new pavement striping, crack sealing, and minor regarding the shoulder revegetation as necessary. Project consists of applying the following road treatments: 2� Mill .5� leveling course and 1.5� overlay from mile 50.00 to mile 65.3 on the Skyline Drive RT 10A. In addition, various overlay treatments for the following Routes: Big Meadows Entrance Road (Rt. 0034) 1.5� Mill and HMA Overlay Hemlock Springs Overlook Parking (Rt. 1027): 2.5� Mill and HMA Overlay Skyland Lodge Upper Parking (RT. 0919) 3� Mill and HMA Overlay The Oaks Overlook Parking (Rt 1040) 2� Mill and HMA Overlay Loft Mountain Campground Access (Rt 0076) 1.5� Mill and HMA Overlay Doyles River Parking (Rt. 0941) 200 LF of Crack seal Doyles River Overlook Parking (Rt. 1057) Mill 1.5� and HMA Overlay Dundo Overlook Parking (Rt. 1058) Mill 1.5� and HMA Overlay Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror�s technical capability in comparison to its price. Estimated Price Range: $10 million - $16 million Estimated Period of Performance: December 2020 through April 2022. Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted and date/location will be noted in the solicitation. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 236220 is $36.5 million. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219-8�Utilization of Small Business Concerns. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov .
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/83339c05cd824d9dad7db525e088a7dd/view)
- Place of Performance
- Address: Shenandoah National Park, Luray, VA 22835, USA
- Zip Code: 22835
- Country: USA
- Zip Code: 22835
- Record
- SN05850419-F 20201112/201110230146 (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 |