Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

99 -- Denali Park Visitor Center Exhibit Fabrication

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - AKSO ALASKA SUPPORT OFFICE 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
N9917040052
 
Response Due
8/5/2004
 
Archive Date
6/15/2005
 
Point of Contact
Gary A Haynes Contract Specialist 9076443312 gary_a_haynes@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
GENERAL CONTRACT INFORMATION This is a pre-solicitation notice/synopsis to be issued as a request for proposal of a government requirement. NAICS Code will be 339999 and the size standard is 500 employees. The procurement is 100% set-aside for small business and will be conducted using source selection procedures. The award will be based on the best value to the government considering tradeoffs between price and non-price related factors. An example of the non-price evaluation factors follow, however, potential offerors will need to refer to the solicitation (when issued) for the selection criteria/factors to be evaluated by the government since they are subject to change. EVALUATION FACTORS: PAST PERFORMANCE OF THE PROJECT TEAM; EXPERIENCE AND TECHNICAL COMPETENCE OF THE PROJECT TEAM; PAST PERFORMANCE OF THE KEY PERSONNEL; EXPERIENCE AND TECHNICAL COMPETENCE OF THE KEY PERSONNEL; PROJECT MANAGEMENT AND OPERATING PROCEDURES OF THE FIRM. The importance and weighting of the non-price factors in relation to price has yet to be determined by the source selection authority. OPTIONS: Outdoor Signage, Sculptured Animals, Graphics and Props. The government will evaluate price proposals for award purposes (inclusive of options) by adding the total price for all options to the total price for the basic requirement to determine the overall evaluated price. The estimated range of this project is $1,000,000 - $5,000,000. The government intends to award a contract without discussions with the potential contractors. Any resulting contract will be firm-fixed price. This project is subject to the Service Contract Act. Funds are available for the proposed action, however, if the project is cancelled, all proposal preparation costs will be borne by the offeror. Responders are advised that the requirement(s) may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation, and/or final award process based on decisions related to DOI and NPS changes. Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for a government contract - the link can be found at http://www.ccr.gov/ -- we advise potential offerors to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event an offeror is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful offeror registered in the CCR database. Refer to FAR 52.204-7, Central Contractor Registration, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror". Offerors submitting a proposal as a Joint Venture should remember that Joint Ventures must also be registered in CCR identical to the joint venture indicated in their proposal (failure to do so will make the offeror[s] ineligible for award). All responsible sources may submit an offer which will be considered by the agency. The anticipated posting date to the NBC and Federal Business Opportunities Website (solicitation number N9917040052) will be on or about 7 July 2004 (subject to change) and proposals will be due on or about 5 August 2004 at 3:00pm Alaska Local Time (subject to change). The solicitation (and subsequent amendments if applicable) and all related documents can be downloaded electronically (once posted) from the DOI NBC Website at http://ideasec.nbc.gov/ -- NO HARD COPY DOCUMENTS WILL BE ISSUED. Proposals must be delivered (if submitting by courier, USPS, UPS, DHL or FedEx) to the National Park Service, Alaska Regional Office, 240 West 5th Avenue, Anchorage, Alaska 99501-2327, Attention: Gary A. Haynes, Contract Specialist, 5th Floor. Facsimile or oral proposals will NOT be accepted. Reference the solicitation number (N9917040052) on your documentation. GENERAL DESCRIPTION OF WORK Offeror will provide all labor, materials, transportation, travel, tools, and necessary supervision to complete general construction of Interpretive Exhibits in the new Visitor Center located in the Entrance Area of Denali National Park and Preserve, Alaska. Work will include (but not limited to) interior exhibits including cabinet work (millwork), interactive exhibits, models and sculptures, interpretive graphics, audio visual installation and programming, exhibit lighting and a variety of other exhibits, interior landforms, facades and dioramas; procurement, placement and installation of selected props, specimens and artifacts, treatments and finishes, coordination with other trades for complete and functioning exhibits. Exhibits must be able to withstand conditions associated with the intended use. Interior exhibits will have heavy and enthusiastic use by visitors; foreseeable vandalism and abuse should be anticipated. Exhibits will not be behind barriers. All exhibits to be barrier free (handicapped accessible) where indicated or as specified in the solicitation. Exhibits must withstand conditions associated with building location and environment. Due to the remote location of the Visitor Center, all interpretive fabrications, production, and equipment shall be easily maintainable by facility staff or local tradesmen. The park is relatively remote from manufactures and commercial businesses that provide time sensitive interpretive-related products and services. All fabrication materials shall be chosen based on these provisions. The building and its contents shall be designed and constructed to "go cold" in the winter. Equipment, materials and fabrication techniques must be selected to withstand wide temperature fluctuations (temperatures will reach minus 40 degrees F in the winter and 80 degrees F in summer) without harm or denigration to the exhibit and its elements. Humidity will also create problems for exhibit elements. Precautions must be taken to avoid damage caused by excessive humidity. Intermittent power outages, interrupted communications, and longer than normal repair/replacement schedules shall be recognized as the norm. Exhibits must be fabricated accordingly. Point of Contact: Gary A. Haynes, Contract Specialist, Phone 907-644-3312, FAX 907-644-3802, email is Gary_A_Haynes@nps.gov Place of Performance: ADDRESS: Denali Park & Preserve, Alaska POSTAL CODE: 99755 COUNTRY: United States of America
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1437949)
 
Place of Performance
Address: Denali Park & Preserve, Alaska
Zip Code: 99755
Country: USA
 
Record
SN00603792-W 20040617/040615212135 (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.