Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

Y -- Interior Rehabilitation of historical Camden House outbuildings

Notice Date
2/12/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - WHIS Whiskeytown NRA National Park Service-Whiskeytown NRA 14412 Kennedy Memorial Drive P. O. Box 188 Whiskeytown CA 96095
 
ZIP Code
96095
 
Solicitation Number
N8750040306
 
Archive Date
2/12/2008
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Whiskeytown National Recreation Area Pre-solicitation Notice This procurement/acquisition action is 100% setaside for a Service Disabled Veteran Owned Small Business concerns/firms. The National Park Service has a requirement for the rehabilitation of the Camden House Outbuildings. Work consists of new architectural finishes, kitchen and toilet room construction, new fire sprinkler systems, new water and wastewater holding systems, and associated electrical work. Contractors will be rated on the following criteria: 50% QUALITY: Relevant Experience a. Experience in construction of commercial facilities similar in size to the proposed facilities ranging from 75 square feet to over 10,000 square feet. b. Experience in structural wood framing and installation including heavy timber and on multiple structures simultaneously. c. Experience in rehabilitation and reconstruction of historic structures. d. Experience in effectively managing construction activities involving labor, materials, and equipment in remote areas. e. Experience working in protected or environmentally sensitive areas f. Demonstrated experience using environmentally acceptable methods in construction and job site waste management. Past Performance a. The Offeror was capable, efficient, and cooperative during performance as demonstrated by job meetings and correspondence b. The Offeror's performance conformed to the terms of the contract including timely submittals and complete pay requests c. The Offeror was reasonable and cooperative during performance as demonstrated by price negotiations and change orders d. The Offeror was committed to customer satisfaction as demonstrated by complete as-builts and O&M manuals and instruction e. The Offeror has satisfactorily performed other Federal, State, or Local government contracts Qualifications and Experience of Key Personnel a. Experience in managing projects and maintaining cost control as demonstrated by past projects b. Experience in managing projects and maintaining schedules as demonstrated by past performance c. Experience in managing projects within a required Safety Plan and OSHA standards d. Demonstrated experience and qualifications as demonstrated by submitted resumes of education and past projects. 50% PRICE: Price Reasonableness The magnitude of construction range is between $100,000 and $250,000. The NAICS code for this requirement is 236118. Size Standard is $31.0M Interested parties should prepare their Technical and Price proposals by the closing date which will be identified in the solicitation. It is anticipated the soliciation will be posted on Electronic Commerce (EC) on or after Thursday, March 15, 2007. Proposals will be due 30 calendar days after the ACTUAL posting date of the solicitation. All questions pertaining to this presolicitation notice and requirement should be sent in writing to sheri_slavens@nps.gov. This requirement is a Service Disabled Veteran Owned Small Business Setaside. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. 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 by logging into the Central Contractor Registry (CCR) at the Internet Site http://www.ccr.gov. Facsimile offers shall NOTE be accepted. The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation. We anticipate the solicitation to be posted on or after March 9, 2007. End of Announcement.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2427296)
 
Place of Performance
Address: Whiskeytown National Recreation Area, Whiskeytown, CA
Zip Code: 960950188
Country: US
 
Record
SN01230717-W 20070214/070212223651 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.