Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
SOLICITATION NOTICE

Z -- Z- DENA C-Camp Utilities Rehabilitation

Notice Date
2/1/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
N9833080201
 
Response Due
3/14/2008
 
Archive Date
1/31/2009
 
Point of Contact
Marichu Relativo Contract Specialist 9076443311 marichu_relativo@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
N/A
 
Description
GENERAL CONTRACT INFORMATION: This is a pre-solicitation notice for a request for proposal from the National Park Service, Alaska Regional Office. THE SOLICITATION WILL BE POSTED (ELECTRONICALLY/NO HARD COPY WILL BE ISSUED) on or about February 15, 2008 (subject to change). This acquisition will be full and open competition. The award will be based upon the best value to the government considering tradeoffs between price and non-price related factors. An example of the non-price evaluation factors is as 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. A) EXPERIENCE - PROJECTS OF A SIMILAR NATURE, MAGNITUDE AND SCOPE; LOCATED IN AN EXTREME ARCTIC ENVIRONMENT WITH VERY LIMITED ACCESS; B) PAST PERFORMANCE - IN RELATION TO THE EXPERIENCE/PROJECTS SUBMITTED; AND C) CAPACITY - ABILITY TO PERFORM THIS PROJECT RELATIVE TO OTHER WORK. The NAICS Code is 237110 and size standard is $31M. 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. This project is subject to the Davis-Bacon Act. Any resulting contract will be firm-fixed price. 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). The anticipated posting date to the NBC and Federal Business Opportunities Website will be on or about February 15, 2008 (subject to change) and proposals will be due on or about March 15, 2008 (subject to change) 2:00 p.m. Alaska Local Time. 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/ AND the National Park Service Public ftp site (which will contain drawings, specifications, etc.) that are not posted at the IDEAS-EC website. Potential offerors must ensure their browsers are set up to view/access Public ftp sites. 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: Ms. Marichu N. Relativo, Contracting Officer. Facsimile or oral proposals will NOT be accepted. GENERAL DESCRIPTION OF WORK: Denali C-camp Utilities Rehabilitation Phase I. The scope of this project is to replace existing power, water, wastewater, telephone, and communications infrastructure within the C-camp residential area of Denali National Park and Preserve, Alaska, while the area is being occupied by Park Service employees. This project includes all work required to replace the existing underground primary three phase power service and single phase secondary service to 11 buildings. The electrical service will include installation of sectionalizes and transformers as well as connections to existing transformers. Temporary electrical services will be required to maintain power to buildings during construction. The water system consists of 6 inch arctic pipe fire/domestic line with three hydrants and installation of a re-circulating system. The water system will provide winterized service connections for 6 buildings and seasonal service connections for 5 or more as well as connections to existing distribution lines. Temporary water connection will be required to maintain water services during construction. The wastewater system consists of expansion of an existing leach field and demolition and replacement of the septic tanks as well as installation of an arctic pipe and winterized manhole collection system with some seasonal laterals to 5 or more buildings. Additional work includes installation of telephone wire infrastructure, fiber optic lines and propane distribution system work while maintaining the existing propane and fire alarm systems. This will be a bonded requirement, consequently, the submission of Bid Bonds will be "required" at the time proposals are due from potential contractors. Point of Contact: Ms. Marichu N. Relativo, Phone 907-644-3311, Fax 907-644-3802, email is marichu_relativo@nps.gov Place of Performance: The site location is the C-camp Maintenance Area of Denali National Park & Preserve, Alaska. Denali National Park & Preserve is located at Milepost 237 of the General Parks Highway, approximately 120 miles south of Fairbanks and 250 miles north of Anchorage. The C-camp Maintenance Area is located on the Park Road approximately three miles from the intersection of the Park road with the George Parks Highway. 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=2818129)
 
Place of Performance
Address: Denali National Park & Preserve, Alaska
Zip Code: 997550000
Country: U.S.A
 
Record
SN01498634-W 20080203/080201224427 (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.