Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2008 FBO #2347
SOLICITATION NOTICE

C -- Design / Build - Construct New Barrier Island Visitor CenterAssateague Island National SeashoreBerlin (Worcester County), Maryland

Notice Date
4/28/2008
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011080310
 
Point of Contact
Rebecca Bizier Contract Specialist 3039692362 rebecca_bizier@nps.gov ; Brenda Karl Contracting Officer 3039876747 Brenda_Karl@nps.gov ;
 
Description
General: The National Park Service (NPS), Department of the Interior (DOI), is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of the Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov. Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent.Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits not only the contractor by allowing him or her to maintain an accurate and complete record but also the Contracting Officer, as he or she can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in Central Contractor Registration (CCR) in order to conduct business with the Federal Government. Proposed Issue Date: May 15, 2008 Title of Project: Construct New Barrier Island Visitor Center Location: Assateague Island National Seashore, Berlin (Worcester County), Maryland Description: Design new visitor center and restroom buildings of approximately 8,750 square feet total. The two buildings will be adjacent to each other and will share a common foundation and deck structure. 90% Draft Design Development Documents will be provided and shall serve as the basis of design. Design of structure shall comply with the Coastal Construction Manual (FEMA 55 Chapter 11 - Determining Site-Specific Loads) and other government requirements to be specified. Construct the visitor center and restroom buildings and extend utilities a minimum of 5'-0" from the structure for future connection to utility systems. If necessary due to funding limitations, only the base (approximately 7,400 square foot) portion of the project will be constructed. Additional work includes associated attached exterior decks (approximately 1,900 square feet). The additional decks will be designed as a part of this project, but they will be constructed only if possible within funding limitations. NOTE: The proposed contract will be phased. Base award will be for the design and construction of the two buildings. Subsequent modifications may be issued for building options, additional decks, site work and utilities, if possible within funding limitations. Design of site work and utilities is not a part of the base bid. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. Estimated price range: $3,000,000 to $3,800,000 including options. Time for completion: Fifteen months, approximately July 2008 through October 2009. If options are awarded, contract time will be extended as appropriate to complete the additional work. Proposal receipt date is approximately June 16, 2008; actual date will be established at the time proposal documents are available. All responsible sources may submit an offer that will be considered. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. In order to be considered for awward, all large businesses will be required to submit an acceptable Small, HubZone Small, Small Disadvantaged, Women-Owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS Subcontracting Goals for fiscal year 2008 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 60%; Small Disadvantage Business Concerns - 24%; Small Women-Owned Business Concerns - 6%; Hubzone Small Business Concerns - 10%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran Owned Business Concerns - 3%; 8(a) Concerns - 12%. Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search). End of Announcement
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f65e714fa779bb866d68629dab4bf678&tab=core&_cview=1)
 
Place of Performance
Address: Berlin (Worcester County), Maryland
Zip Code: 218112540
 
Record
SN01562019-W 20080430/080428215114-f65e714fa779bb866d68629dab4bf678 (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.