Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2024 SAM #8164
SOLICITATION NOTICE

Z -- Z--Rebailitate Kalaloch Wastewater Lagoons, Olympic NP

Notice Date
4/2/2024 5:23:22 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8324R0011
 
Response Due
3/14/2024 11:00:00 AM
 
Archive Date
09/30/2024
 
Point of Contact
Beatty, Michael, Phone: 3608547219, Fax: 5733234288
 
E-Mail Address
michael_beatty@nps.gov
(michael_beatty@nps.gov)
 
Description
This is a pre-solicitation notice that Request for Proposals (RFP) #140P8324R0011 will be posted on approximately April 16, 2024. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed specifications for the Installing manual headworks screen and changes to splitter box, adding floating dock system for each cell pond, installing water depth marker & level sensor with data logger, replacing aerators with new lagoon aerators, making fence repairs, adding signage, and removing vegetation at lagoon and spray field areas, installing new effluent decanter, replacing existing pump building with new precast concrete and effluent pump system, including all electrical and controls, adding effluent flow monitoring & sampling ports/stations, replacing existing effluent piping with chlorine contact pipe with and de-chlorination system, replacing effluent spray field, and improvements to access road. Additional details will be provided in the Specifications and supplemental materials posted with the solicitation. MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204 the estimated magnitude of this construction project is between $1,000,000 and $1,500,000 ****** PROJECT LOCATION: Kalaloch Area in Olympic National Park (OLYM) near Kalaloch, Washington. Maps and information are at www.nps.gov/OLYM. SITE VISIT: A group site visit is targeted for the week of May 27, 2024; pertinent details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored and the site is open to the public. Prospective contractors may view the sites from the ground only. DETAILS: This is a best value negotiated procurement set-aside for Small Business concerns in accordance with FAR Part 19.5. NPS will confirm eligibility by checking the firm's status in SBA's Dynamic Small Business Search and reviewing representations and certifications in the firm�s SAM registration. The prime contractor must comply with limitations on subcontracting in FAR clause 52.219-14 (OCT 2022) for general construction. The NAICS code for this project is 237110, Water and Sewer Line and Related Structures Construction, and the small business size standard is $45 million, average annual gross receipts for the past five years. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. The contractor will have 280 calendar days to substantially complete the project after the Notice to Proceed is issued. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission. The RFP and future amendments will be posted in the Contracting Opportunities section of www.SAM.gov. Responses will be due approximately 30 days after the RFP is posted, unless extended. The entire solicitation package, including drawings and specifications, will be in Microsoft Word and Adobe PDF. Offerors will submit their proposals in digital format per instructions included in the solicitation. The RFP will require offerors to submit both a technical and a price proposal; the government will consider an offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Proposals are due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Special instructions related to bid bond submission will be in the RFP. Prospective offerors must visit www.SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award. 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. 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 on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administrations (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. The Government reserves the right to cancel this solicitation. For more information, contact the Contracting Officer at michael_beatty@nps.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cad635e2751b4eba9806bb453a786ba9/view)
 
Record
SN07016868-F 20240404/240402230041 (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.