Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
SOLICITATION NOTICE

Z -- Seismic Upgrade of 18 Historic Buildings

Notice Date
5/11/2006
 
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
N8147060044
 
Archive Date
5/11/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The solicitation will be available at http://ideasec.nbc.gov on or about May 30, 2006. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. This is a HUB ZONE SETASIDE , competitive procurement, and is restricted to CERTIFIED HUB ZONE firms only. ONLY THOSE TECHNICAL AND PRICE PROPOSALS FROM OFFERORS WHO ARE CERTIFIED HUB-ZONE CONTRACTORS WILL BE EVALUATED. CONTRACTORS WHO ARE CERTIFIED HUB-ZONE ARE REQUIRED TO INCLUDE THEIR CERTIFICATE OF COMPLIANCE WITH THEIR PROPOSAL. CONTRACTORS WHO ARE NOT HUB-ZONE CERTIGFIED WILL BE CONSIDERED NON-RESAPONSIVE AND WILL NOT BE EVAULUATED. PROJECT DESCRIPTION: SEISMICALLY STRENGTHEN THE FOUNDATION FOR 18 HISTORIC WORLD WAR II ERA BUILDINGS AT FORT CRONKHITE, MARIN HEADLANDS, SAUSALITO, CA. WORK INCLUDES, BUT IS NOT LIMITED TO CRIBBING, EXCAVATION, DEMOLITION, FRAMING REPAIR, CONCRETE FOUNDATION INSTALLATION, FOUNDATION DRAINAGE, BACKFILL, GRADING, CARPENTRY WORK, HAZARDOUS MATERIAL ABATEMENT, ALL PERFORMED ON OCCUPIED BUILDINGS. 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 project. The North American Industry Classification Standards (NAICS) is 238120, and the small business size standard is $13.0 million. The estimated cost of construction in accordance with the Federal Acquisition Regulation (FAR) 36.204 is between $1,000,000 million and $2,000,000 million. A Site Visit will be scheduled for all interested firms with the date and time to be announced in Section L, paragraph L.15, clause 52.236-27, Alt. I, Site Visit Construction, of the solicitation. Although this is not a mandatory site visit, interested firms are strongly urged to participate in the site tour due to the complexity of the job site with confined work spaces. Contractors are advised to spend approximately 3 hours for the site tour, as it will be conducted in several locations in accordance with the specifications and drawings. The following technical evaluation factors shall be used for the technical proposal evaluation, and are listed in descending order of importance: 1. SEISMIC RETROFIT OF HISTORIC BUILDINGS EXPERIENCE: Demonstrate ability to perform structural stabilization and seismic retrofit of historic structures (including selective demolition of historic fabric), while protecting adjacent historic construction from construction activities. As part of this criterion, the Offeror must: a) demonstrate the ability to complete projects of similar type and scale successfully within the last five years, for a minimum of 3 projects; b) develop and present a plan specific to Fort Cronkhite for protecting cultural resources during construction, including fabric and site features and c) demonstrate the ability to perform foundation replacement and work in confined space environments. 2. PROJECT EXECUTION: Demonstrate ability to coordinate a complex construction project involving occupied buildings, multiple work sites and a site open to the public including school aged children. As part of this criterion, the Offeror must: a) develop and present a plan for carrying out construction with the minimum disruption to the building occupants, phasing of work sites and protecting the site users. This plan should include the capability to protect the building occupants and site users from potential construction accidents, to maintain building access, to control construction noise, to minimize utility interruptions and to provide for emergency access; b) demonstrate how project scheduling can minimize impacts to the building occupants and the site users, and c) provide an original time schedule utilizing the Critical Path Method (CPM) and a completed time schedule, in addition to indicating the original contract price and the 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. 3. NATURAL RESOURCES PROTECTION : Demonstrate ability to carry out a complex construction project while protecting a sensitive environmental resource. As part of this criterion, the Offeror must a) describe prior experience for natural and cultural resource protection, and b) develop and present a plan for carrying out the construction in compliance with natural resource requirements with special emphasis on protecting the adjacent lagoon and wetlands from construction run off and other sources of environmental pollution and protecting the surrounding landscapes from lead pollution released from lead paint during demolition and lead in the soil abatement. 4. QUALIFICATIONS AND EXPERIENCE OF KEY PERSONNEL: Demonstrate experience, proper licensing and certification for special skills to perform various types of work associated with this project with various team members. The goals and experience of key personnel are important in predicting/determining the success of this project. Key team members include both construction personnel and specialists. The Government will evaluate the qualifications and experience of team members and key personnel based on breadth, depth and relevance to the work required under the prospective contract. The Government will consider the extent to which the Offeror's key personnel have worked together in the past. Provide resumes, including references for the following key personnel: a) Project Manager; b) Superintendent; 3) Carpentry Foreman; d) Concrete Foundation Foreman; e) Shoring Foreman and f) Hazardous Materials Abatement Project Manager. 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, N8147060044, 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 (415) 5612-4793, fax number (415) 561-4795, email address: carol_axley@nps.gov. All responsible Certified Hub Zone firms may submit an offer, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation and all attachments, numbers 1 through 5, vendors are required to register their firm with the electronic website. Firms are advised to be prepared with their company's DUNS number, available from DUNN and BRADSTREET at 1-800-333-0505 (identify the call as a Government contractor), and their Federal Tax Identification Number (TIN). All firms should pre-register to save time, by logging onto the Internet at: http://www.ccr.gov. Specifications and drawings will be available in Portable Document Format (PDF). 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 will 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/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2151706)
 
Place of Performance
Address: Fort Cronkhite, Marin Headlands, Sausalito, CA
Zip Code: 94123
Country: US
 
Record
SN01046550-W 20060513/060511221141 (fbodaily.com)
 
Source
FedBizOpps 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.