Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOLICITATION NOTICE

Z -- UPGRADE UTILITIES

Notice Date
6/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - GOGA Golden Gate NRA National Park Service Administration Bldg. 201, Fort Mason San Francisco CA 94123
 
ZIP Code
94123
 
Solicitation Number
N8151030105
 
Archive Date
6/25/2004
 
Point of Contact
Carol A. Axley Contracting Officer 4155614793 carol_axley@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
The solicitation will be available at http://ideasec.nbc.gov on or about July 28, 2003. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. This is an 8(a) set-aside, competitive procurement, and is restricted to 8(a) firms in California only, to include the districts of Fresno, Los Angeles, San Diego, San Francisco ans Santa Ana. PROJECT DESCRIPTION: A COMPLEX UTILITY INFRASTRUCTURE UPGRADE, AT MULTIPLE LOCATIONS, REQUIRING SIMULTANEOUS WORK AND MULTI-PHASING, LOCATED AT FORT BAKER, SAUSALITO, CALIFORNIA, GOLDEN GATE NATIONAL RECREATION AREA, REQUEST FOR PROPOSAL, SOLICITATION NO. N8151030105. WORK TO INCLUDE WATER, SEWER, STORM DRAINS, NATURAL GAS AND ELECTRICAL. The National Park Service requires a firm fixed price construction contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to the general construction of water, sewer, storm, natural gas and electrical improvements at Fort Baker for 6" and 8" water line installation, valves, fire hydrant installation, 6", 8", 10" and 15" sewer line installation, manhole repairs and installation, 12", 24" and 36" storm drain installation, reconstruction of existing catch basins, natural gas line installation, 12kV electrical system installation ( appoximately 32,000 linear feet), reconnection of existing utilities to the new utility infrastructure, abondonment of existing utilities and tree protection. The NAICS code is 238210, and the small business size standard is $12.0 million. The estimated cost of construction in accordance with the Federal Acquisition Regulation (FAR) 36.204 is between $1,000,000.00 and $5,000,000.00 (1 to 5 million). A MANDATORY SITE VISIT will be scheduled for all interested firms with the time and date to be announced in Section L, paragraph L.15, clause 52.236-27 Alt I, Site Visit Construction, of the solicitation. The following Technical Evaluation Factors and Subfactors shall be used for the Technical Proposal Evaluation and are listed in descending order of of importance: 1. UTILITY CONSTRUCTION EXPERIENCE: Demonstrated experience of successful completion of underground utility projects (high and low voltage electrical, water, sewer, storm and natural gas) including new utility installation and repairs to existing utilities, in a complex public environment that contains several transit corridors. As part of this criterion, the Offeror must: a) demonstrate the ability to complete projects of similar type, size and scale successfully within the last 5 years, (provide a minimum of 3 projects, and b) provide the original time schedule and completed time schedule, in addition to the original contract price and completed contract price for previous projects of similar type, scale and size. Explain why there are differences (if any) in original and final schedule and contract price. 2. PROJECT EXECUTION: Demonstrate prior experience and describe the firm's proposed approach to perform construction work at a complex site consisting of both Natural and Cultural Resources in a public setting. As part of this criterion, the Offeror must: a) demonstrate the ability to provide multiple disciplines at multiple job sites for simultaneous contruction; b) describe prior experience and the Offeror's proposed approach for this project, which must be coordinated within a tight time frame. (It is critical that this project be completed by July 2005). The Offeror shall provide a minimum of two (2) previous schedules for prior completed projects and one (1) schedule for the proposed project approach. Schedules will be evaluated for their ability to assess critical paths, and convey a similar environment in which phasing and blackout dates for Natural Resource Protection have occurred. Where possible, include prior critical path schedules and resource loaded critical path schedules; c) describe prior experience and proposed project approach to perform utility installation within a site which requires phasing, due to the present phasing constraints; d) describe prior experience and proposed project approach to "Partnering" in construction with the owner's representative; e) describe prior experience and proposed project approach for Natural and Cultural Resource Protection, and f) describe prior experience and proposed project approach for both public and personnel safety in construction areas with high pedestrain, bicycle and automotive traffic. 3. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL: Demonstrate experience, proper licensing, and certification for specific skills to perform complex utility installation with various key team members. Key team members include both construction personnel and specialists. Provide resumes for all key personnel proposed for this project as listed (NOTE: References should be provided for all personnel specified with an asterisk) a) qualified electrical contractors/workers as defined in the State of California High Voltage Safety Orders (Title 8, Chapter 4, Subchapter 5, Group 2)**;, b) key subcontractors**; c) project manager(s)/superintendent**; d) key team member(s) with demonstrated ability and experience in construction of sub-surface utilities in project areas with possible Hazardous Materials, and the ability to complete proper testing, handling, transportation and disposal of Hazardous Materials, and e) key team(s) with demonstrated ability to prepare a Hazardous Materials Workplan. Responses will be due approximately 30 days following issuance of the Request for Proposal (RFP), refer to the actual RFP for official dates. Search by referencing the solicitation number (above), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted. The point of contact for this solicitation is Carol A. Axley, Contracting Officer, National Park Service, Fort Mason, Building 201, San Francisco, CA 94123, telephone number is (415) 561-4793, fax number is (415) 561-4795. All responsible 8(a) firms within all the 8(a) districts of California may submit an offer, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors are required to register their firm with the electronic commerce website. Firms are advised to be prepared with their company's DUNS number, available from DUNN and BRADSTREET at 1-888-546-0024, and their Federal Tax Identification Numbrt (TIN). All vendors should pre-register to save time, by logging onto the Internet at: http:///www.ccr.gov. Specifications will be available in 1 to 2 files in Word, and the drawings will be available in Portable Document Format (PDF), also in 1-2 files depending on the size of the files. Responses from Offerors will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official, on the closing date, no later than the official closing time indicated in the solicitation. Facsimile offers shall NOT be accepted. This announcement does not constitute the solicitation. End of Announcement.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=NP144302&P_OBJ_ID1=1079149)
 
Place of Performance
Address: FORT BAKER, SAUSALITO, CALIFORNIA
Zip Code: 94123
Country: US
 
Record
SN00358018-W 20030628/030626223047 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.