Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SPECIAL NOTICE

Y -- Y - EMS/ WLF & Administration Facilities

Notice Date
7/26/2005
 
Notice Type
Special Notice
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
DOI-SNOTE-050726-001
 
Archive Date
7/26/2006
 
Description
Pre-proposal conference & site visit notes: Project: EMS / WLF & Administration Facilities Location: Grand Canyon National Park (North Rim) Meeting dates: 7/11/05 & 7/19/05 Notes prepared by: John Chaney, Contract Specialist with the National Park Service (NPS) The following notes represent the major topics and issues addressed at the pre-proposal conference on 7/11/05 and the site visits on 7/11/05 and 7/19/05. These notes are not a part of the official solicitation or contract for the project referenced above. Issues that require additions, deletions or changes to the solicitation will be incorporated into an official amendment and issued on www.fedbizopps.gov Attendees: Name Company Phone DeWayne Bridges Manning Const. 913-390-1007; Joe Dominique Manning Const. 913-390-1007; Doug Riggins Whiteriver Const. 928-537-2920; Art Case Low Mountain Const. 602-265-2201; Mike Atkin Flagstaff Design & Const. 928-774-5097; Chelcey Smith At Your Service 602-550-4118; Joe Lizarraga At Your Service 602-943-6318; Tom Eoelen CSC Electric 623-979-0600; Linda Kohatsen CSC Electric 623-979-0600; Art Almuina Roadrunner Fire/Safety 928-772-7222; 1. Introduction: The National Park Service (NPS) noted the following personnel assigned to this acquisition: Roy Navik, Contracting Officer, Intermountain Region Office John Beshears, Chief of Maintenance, Grand Canyon National Park Jim Boucher, North Rim Facility Manager, Grand Canyon National Park Michael Terzich, Project Manager, Grand Canyon National Park Michael Leary, Project Manager, Grand Canyon National Park John Chaney, Contract Specialist, Intermountain Region Office 2. Section C: a. The NPS presented a general over-view of the project and a brief description of the project history. b. The contractor will be responsible for final grading, including installation of top soil. However, the contractor is not responsible for providing or installing landscape vegetation. c. The contractor will not be responsible for constructing a deck on the back side of the Administration facility. d. The contractor will be responsible for providing and installing a fiber optic cable as described in the statement of work for each building. e. The contractor will not be responsible for unforeseen conditions such as conditions of utility lines already buried by the previous contractor. f. The contractor will be required to stain the exterior soffit at the Administration facility. g. Lightning protection is not currently required as part of this project (Administration Building only). h. The NPS stated that they have recognized that the concrete already in place has minor cracks; however, it is not severe enough to require replacement. i. The contractor will be required to install an owner provided louvers on the exterior of the EMS facility. The louvers are currently crated up and being stored at the new Administration facility. j. The contractor will be required to adhere to the regulations of the Arizona Dept. of Transportation when transporting materials on the roads leading into the Park. k. The NPS will test the quality of the water system after the contractor completes construction of the system. l. The fire alarm specifications included in the EMS / WLF project manual also applies to the Administration facility. m. The contractor will be allowed to utilize the existing EMS facility for their project office vs providing a separate office trailer. n. The NPS will allow the contractor use of three trailer sites as noted in the construction documents and Section C of the solicitation. The contractor shall pay all costs associated with their use of the trailer sites. The approximate cost for each of the sites is $250 plus utility costs. Phone service is not available at the trailer sites. o. The contractor should note in their safety plan that Emergency Medical Technicians are on staff with the NPS at the Grand Canyon; however, full medical services would require transport to St. George, Utah. 3. Sections E, F, I, K, L, M: The NPS stated that the solicitation refers to many clauses by reference. Contractors may access these clauses electronically at www.arnet.gov/far 4. Section M: The solicitation is a negotiated RFP. The NPS will award the contract based not just on price but also on other factors as stated in section M of the solicitation. 5. SF 1442, Box 1: Contractors shall reference the solicitation number, N8219051014, on all attachments to their proposal 6. SF 1442, Box 9: Contractor's shall submit all questions to my e-mail to john_chaney@nps.gov. Contractors shall submit all questions by close of business, Monday 7/25/05. 7. SF 1442 Boxes 12 - 18: Offerors must complete boxes 18-20 of the SF 1442 form. 8. SF 1442, Box 14: Offerors need not fill in the code and facility reference shown in box 14. 9. Sections L & M: The NPS stated that Offerors are strongly encouraged to address each of the evaluation factors as noted in sections "L" and "M". 10. The Offerors requested a list of the subcontractors who performed work on the previous contract. (This information has since been provided in amendment #1.) 11. The full solicitation, including construction documents are posted on the internet at www.fedbizopps.gov 12. Construction of the facilities was originally procured through the design - build process. The original contractor generated the construction documents. The construction documents do not note every aspect of the project that has been constructed by the previous contractor and the full scope that remains to be completed. It is the Offerors responsibility to review the construction documents and the existing project sites to determine the level of effort that will be needed to provide fully functional facilities meeting the needs of the NPS. 13. SF 1442, Box 10: The estimated price range is between $1,000,000 and $5,000,000. 14. Section F: The NPS anticipates awarding a contract on 9/1/2005 and issuing a notice to proceed on 9/13/05. The contractor shall complete each of the facilities per the timeline noted in section F of the solicitation. 15. Section K: Offerors are required to complete certifications and representations on line as noted in clause 52.204-08. 16. Section I: The successful Offeror is required to provide a subcontracting plan per clause 52.219-09. 17. Section I and M: A 10% price evaluation preference will be given to HUBZone small business concerns per clause 52.219-04. 18. SF 1442, Box 12A & 13: Performance, Payment and Bid Bonds are all required. 19. Section B.1: If no category exists for a portion of work, Offerors shall include the price in a related category. 20. Section I.10: Offerors must list any hazardous materials to be delivered under the contract in clause 52.223-03. 21. Section I.16: The contractor shall perform on the site and with its own organization, work equivalent to at least 12% of the total amount of work to be performed under the contract. 22. Section I.18: The use of and responsibility for payment of utilities is noted in clause 52.236-14. 23 Section L.3: The government anticipates award of a Firm Fixed Price contract. 24. Section l.7: Offerors should insure that their proposals are formatted as noted in section l.7, C of the solicitation. It is also requested that offerors separately tab each portion of their proposal which addresses each of the evaluation factors. 25. Sections L & M: It was emphasized that per section L.7 and M.1 "All evaluation factors other than price, when combined, are significantly more important than price." End of Meeting Notes.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1881848)
 
Record
SN00855081-W 20050728/050726212631 (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.