Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

Z -- Z--Technical Design Proposal - Fire Suppression System

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
SER - Mammoth Cave National Park P.O. Box 7 Mammoth Cave KY 42259
 
ZIP Code
42259
 
Solicitation Number
I5530040044
 
Response Due
6/30/2004
 
Archive Date
5/20/2005
 
Point of Contact
Bill Brumbach Facility Manager 6062461100 Bill Brumbach@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 Business
 
Description
The solicitation will be available at http://ideasec.nbc.gov on or about June 4, 2004. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Description: This project is set-aside for Small Business. Design and install a commercial grade fire suppression/sprinkler system and associated hardware at Cumberland Gap National Historic Park, P.O. Box 1848, Middlesboro, Kentucky. Solicitation Number I5530040044. 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. The Two-Step Sealed Bidding process will be used for this acquisition. 1. Project Description: This project will require the contractor to design and install a fire suppression system for the Cumberland Gap National Historical Park Visitor Center located in Middlesboro, Kentucky. The finished product shall be a complete commercial grade fire suppression/sprinkler system that meets all electrical, ADA, and fire code requirements. In addition to the fire suppression system, the existing exterior below ground fire hydrant shall be replaced with an above ground hydrant. Contractors shall submit proposed designs, i.e., shop drawings, containing sufficient detail to a fire suppression/sprinkler system design that shall meet all applicable electrical, ADA, and fire codes. Proposed designs shall be included in your Technical Design Proposal. The Southeast Regional Office (SERO) and the Cumberland Gap National Historical Park (CUGA) park administration will review the designs, and specifications for each submittal. Those designs determined qualified, i.e. meeting applicable electrical, fire codes, ADA, will be eligible to provide a bid under Step Two of the contract process. All unqualified designs will be returned to the offeror. Project Cost Range: $25,000 to $100,000. Location: The construction site is the Cumberland Gap National Historical Park Visitor Center which is located 1/4 mile south of Middlesboro, on US 25E, Middlesboro, KY 40965-1848. Bell County, KY Quality Assurance: A construction permit is not required, however, the contractor shall be experienced with commercial fire suppression/sprinkler systems. The contractor will also want to show prior evidence of related work. Submittals: Contractor shall submit a design of the proposed system and plan of construction to the Cumberland Gap National historic Park for review and approval. Preparation for Design of the System: Steps to be taken in preparation for the design and construction of the fire suppression/sprinkler shall include but not be limited to the following items. 1. Tour the properties to get a perspective of the project, and meet with the management and staff at the site. 2. Gather information on the visitor center exhibits, stored items and properties. 3. Gather information on the visitor center fire detection system. 4. Evaluate the current park fire prevention policies, training, and procedures. 5. Evaluate the current park fire suppression/sprinkler policies, training, and procedures. 6. Evaluate the park pre-fire planning, and structural fire inspection programs. The items listed above are not meant to be mandatory or a complete list of inspection items, or procedures to be completed prior to designing a system, but are provided as a brief overview of important elements of the pre-design process. Specifications: No specifications have been included with this scope of work. It will be the responsibility of the prospective contractor to provide detailed technical specifications adequate for the construction of the new fire suppression/sprinkler system. Execution: Submittals shall be provided for review and approval within 30 calendar days of contract award and prior to construction beginning. Work operations shall be conducted to insure the least inconvenience to the public and NPS personnel. Parking area closures shall be coordinated with the Contracting Officer Technical Representative. Contractor shall verify location of any underground utilities. The new system shall tie into the existing main at a site to be located by the park before the Technical Design Proposals are received. Any damage done to any located utility shall be repaired at the Contractor's expense. Clean up shall be performed on a daily basis. Construction work shall be scheduled only during the hours of 8 AM to 5 PM Monday through Friday. Existing site features not scheduled for work or to be removed shall be protected. Any damage that does occur to any feature not scheduled for work shall be returned to the pre-contract condition at no additional expense to the Government. Field verify all new and existing dimensions affecting work before ordering products. Any discrepancies shall be brought to the attention of the Contracting Officer before work is to be performed. Any work that is performed without notifying Contracting Officer will be done at the contractor's own expense. If there is any excess excavation soil material, the Contracting Officer will direct the Contractor to place material in the appropriate location. A designated NPS representative will serve on site as the Contracting Officer's Technical Representative with the regional office providing technical support. 2. This solicitation will use the Two-Step Sealed Bid method. 3. Technical Proposal Requirements: See Description in Item #1 above. 4. Evaluation Criteria: 5. Technical Proposals shall not include any prices or pricing data. 6. Technical Proposals are due June 30, 2004, at 4:00PM Central Time, at Mammoth Cave National Park, Contracting Office, NPS Warehouse, 61 Maintenance Road, Mammoth Cave, KY 42259. 7. In the second step, only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for awards, and each bid in the second step must be based on the bidder's own technical proposals. 8. a. Offerors should submit proposals that are acceptable without additional explanation or information. b. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted; and, c. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. 9. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. 10. a. The Government will accept multiple technical proposals from the same prospective offeror. b. The proposed start date for this project is November 1, 2004, however this date is not binding on the Government. The actual delivery or performance requirements will be included in the invitation issued under Step Two. c. The evaluation time period for the submitted proposals will be 30 calendar days from the offer due date. (July 30, 2004) d. Evaluations will be based on the evaluation criteria included in Item #4. Proposals will be categorized as follows: (1) Acceptable (2) Reasonably susceptible of being made acceptable (3) Unacceptable e. Any proposal which modifies, or fails to conform to the essential requirements or specifications of, the request for technical proposals will be considered non-responsive and categorized as unacceptable. The NAICS Code for this project is 238990 and the small business size standard is $12.0 million. This procurement is an Invitation for Bid (IFB) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 14.5, Two-Step Sealed Bids. A Pre-design Conference will be scheduled for all interested parties with the time and date to be announced in the Solicitation Instructions. Technical Design Proposals will be due 30 calendar days following the issuance of the solicitation. Search http://ideasec.nbc.gov 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 contract is John C. Beaver, Contracting Officer, National Park Service, Mammoth Cave National Park, P.O. Box 7, Mammoth Cave, KY 42259. Email address is john_beaver@nps.gov, and the voice telephone number is 270.758.2126. All small, responsible business sources may submit a Technical Design Proposal, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce web site. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1.888.546.0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register, to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Contract documents will be available to download at http://ideasec.nbc.gov and will be in one, or a combination, of the following formats: HTML, Microsoft word - 97, Microsoft Excel - 97, Portable Document Format (PDF), or AutoCAD DWG or DWF. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at http://www.adobe.com, or for the AutoCAD reader called "Volo View Express" at http://www.autodesk.com. Responses from prospective bidders shall be submitted in hard copy to the Point of Contact listed above. Facsimile offers will NOT be accepted. The Government reserves the right to cancel this solicitation. The announcement does not constitute the solicitation. End of Announcement
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1432149)
 
Place of Performance
Address: Cumberland Gap NHP P.O. Box 1848 Middlesboro, KY 40965
Zip Code: 409651848
Country: US
 
Record
SN00589696-W 20040522/040520212348 (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.