SOLICITATION NOTICE
Z -- Z--35479 - HOME - Rehabilitate Concrete Breakup Parkwide
- Notice Date
- 5/7/2021 8:22:20 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
- ZIP Code
- 68102
- Solicitation Number
- 140P6021R0015
- Response Due
- 5/26/2021 12:00:00 PM
- Archive Date
- 06/10/2021
- Point of Contact
- Kircher, Adam, Phone: (402) 661 - 1606
- E-Mail Address
-
adam_kircher@nps.gov
(adam_kircher@nps.gov)
- Description
- POINT OF CONTACT: Adam Kircher, Contract Specialist, adam_kircher@nps.gov PLACE OF PERFORMANCE: NPS, MWR, Homestead NM PLACE OF PERFORMANCE POSTAL CODE: 68310 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: 35479 - HOME - Rehabilitate Concrete Breakup Parkwide GENERAL: The National Park Service (NPS), Department of Interior (DOI), is soliciting proposals on a Total Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.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. Solicitation #: 140P6021R0015 Vendors can search for opportunities and award history on www.beta.sam.gov without registering. 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 at the receipt of proposals. 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 May 28, 2021 The NAICS Code for this requirement is 237310 - Highway, Street, and Bridge Construction, with a size standard of $39.5 million. Description: The purpose of this project is the removal of approximately 4,865 square feet of concrete walkways at the Education Center and 20 feet of curb and gutter. Remove subgrade to a total depth (paved surface plus subgrade) of 7 inches around the structure and asphalt edge. Prepare and compact all subgrade material. Place 1-1/2 inches of crushed run limestone (3/4-inch mean diameter) beneath all identified paved surfaces, and compact per specified requirements. Install #4 epoxy coated rebar, dowel into existing concrete sidewalk and parking lots. Seal #4 epoxy coated rebar dowels holes with urethane caulking. Install forms, #4 epoxy coated rebar 24 inches on center, place plastic rebar chairs under rebar. Place approximately 112 yards of concrete within park boundaries with 8 truncated domes in several locations at the Education Center and Heritage Center. Seal joints as specified. Approximately 1,500 square feet of new concrete will be dyed and stamped. Art will be chosen to meet homesteader legacy stories, with area surface smooth. All work will be located at Homestead National Historical Park. 8523 West State HWY 4 Beatrice NE, 68310. 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. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000. Estimated Period of Performance: 90 calendar days from Notice to Proceed 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 project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - SF 24 at 20% of Contract price. Performance and Payment bonds - 100% of the contract price. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. 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 237310 is $39.5 million. 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. Contracting Office Address: Midwest Regional Office - MABO 601 Riverfront Drive Omaha, Nebraska 68102 United States Place of Performance: NPS, MWR, Homestead NM 8523 West State Highway 4 Beatrice NE 68310-6743 United States Primary Point of Contact: Adam Kircher, Contract Specialist Adam_Kircher@nps.gov Secondary Point of Contact: Bridget Parizek, Contracting Officer Bridget_Parizek@nps.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6e5e2c34624b4520b1819a45d0f9578b/view)
- Record
- SN05995265-F 20210509/210507230113 (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 |