Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOLICITATION NOTICE

Y -- Y--North Junction Rehabilitation, NPS-CRLA

Notice Date
4/12/2023 9:33:22 AM
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
PWR PORE MABO (84000) POINT REYES STATION CA 94956 USA
 
ZIP Code
94956
 
Solicitation Number
140P8423R0005
 
Response Due
5/26/2023 3:00:00 PM
 
Archive Date
06/02/2023
 
Point of Contact
Gardner, Alanna, Phone: 4158589668
 
E-Mail Address
Alanna_Gardner@nps.gov
(Alanna_Gardner@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
REHABILITATE VISITOR FACILITIES AT NORTH JUNCTION VIEWPOINT FOR SAFETY AND RESOURCE PROTECTION, CRATER LAKE NATIONAL PARK, KLAMATH COUNTY, OREGON. The National Park Service (NPS) at Crater Lake National Park (CRLA), located within Klamath County, Oregon, has a requirement for the rehabilitation of Visitor Facilities at North Junction Viewpoint for safety and resource protection. The Contractor shall provide all supervision, labor, equipment, testing, and supplies necessary to complete the work as identified in the project specifications and associated documents provided as attachments to the solicitation (when issued). All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. Per FAR 36.204 the project range is estimated to be between $1,000,000 and $5,000,000. The North American Industry Classification System (NAICS) Code for this requirement is 237310, with a corresponding size standard of $45 million in annual gross receipts for the past three years. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. Contract bid item work includes: Construct Accessible Overlook (this item includes providing all labor, materials, and equipment required to construct the fully functional pathway and accessible overlook amenities in accordance with the project plans and specifications; this Work includes, but is not limited to, installation of all temporary stormwater pollution prevention measures, completion of all required site clearing and grading, completion of all gravel, asphalt and concrete surfacing improvements, installation of rock edging, installation of informational/orientation kiosk and installation of all designated fencing); Construct Overlooks A & B (this item includes providing all labor, materials, and equipment required to construct the fully functional pathways and overlook amenities in accordance with the project plans and specifications for Overlooks A & B; this Work includes, but is not limited to, installation of all temporary stormwater pollution prevention measures, completion of all required site clearing and grading, completion of all gravel, asphalt and concrete surfacing improvements, installation of rock edging, installation of informational/orientation kiosk and installation of all designated fencing); and Construct Vault Toilet (this item includes providing all labor, materials, and equipment required to construct the fully functional vault toilet in accordance with the project plans and specifications; this Work includes, but is not limited to, installation of all temporary stormwater pollution prevention measures, completion of all required site clearing and grading, completion of all gravel, asphalt and concrete surfacing improvements, installation of rock edging, installation of informational/orientation kiosk and installation of all designated fencing). The Request for Proposal (RFP) will be available on/about April 27, 2023, by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (schedule, technical approach, project experience, and past performance) as listed in the Request for Proposal. An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See Section L of the RFP (when issued) for more information regarding the date, time, and location of the site visit.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c4b4852158ef49358bea10c63d5042c0/view)
 
Place of Performance
Address: Crater Lake, OR 97604, USA
Zip Code: 97604
Country: USA
 
Record
SN06648277-F 20230414/230412230108 (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.