Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

Y -- Redevelop Visitor Facility and Install Flash Flood Hazard Protection, LAME 005191

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011080753
 
Response Due
12/5/2008
 
Archive Date
9/23/2009
 
Point of Contact
David E. Thomas Contracting Officer 3039692166 David_Thomas@nps.gov ;<br />
 
Small Business Set-Aside
N/A
 
Description
This modification to Solicitation #N2011080753 is being issued for Posting Purposes Only. "General: The National Park Service, Department of Interior, 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 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 TIFF 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 not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they 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 CCR in order to conduct business with the Federal Government. " Proposed Issue Date: It is anticipated that the solicitation will be issued 15 to 30 calendar days from the date of this pre-solicitation announcement. Receipt of proposals will be 45 days from the date of issuance of the solicitation."Title of Project: Redevelop Visitor Facility and Install Flash Flood Hazard Protection, Lake Mead National Recreation Area (LAME-005191)"Description: This project involves the complete renovation of the Willow Beach developed area at Lake Mead National Recreation Area. The majority of work consists of site development and utilities. The project will also construct several new buildings along with other miscellaneous improvements. This description does not cover every element of work, but is intended to convey the nature of extent of the work. Site development includes both the redevelopment of existing developed areas and new development in undeveloped areas. Work includes asbestos abatement and demolition of four existing buildings as well as demolition of existing site elements; new picnic areas; new roads and parking lots; reconstruction of existing roads and parking lots; new flood channels; a new campground and trails; site preparation for new buildings, installation of an early warning flood detection system, and relocation of an existing marina. Extensive earthwork is associated with many of the site elements. Excess excavated materials located in dry wash channels and waterfront areas will be reprocessed for reuse on the project as base course, gravel, rip rap, and similar select materials. Flood channels include concrete-lined and gabion lined structural flood channels located within existing dry washes, excavated flood diversion channels, and smaller rip rap drainage channels and other drainage structures. Waterfront work includes bank stabilization, new walkways, shade structures, benches, picnic sites, and other associated site amenities. Campground work includes remediation of an existing rubbish dump and construction of a 38 site full service campground. Building site preparation includes building pads for four single family residences and two duplexes as well as site preparation for the new buildings to be constructed under this project. New subsurface irrigation and landscape plantings will be installed throughout the developed area. Utility work includes water, wastewater, electrical, and fuel systems. The project will construct a complete new water system including two wells, water supply and distribution lines, a reverse osmosis water treatment plant, and two buried concrete water storage tanks. In addition, an existing steel water storage tank will be demolished and two existing wells will be abandoned. The project will construct selected wastewater system improvements including gravity collection lines and manholes, septic tanks, lift stations, transmission lines, and a new boat waste dump station. The project will underground the existing overhead primary power distribution system in the waterfront developed areas and extend underground service into newly developed areas. Electrical system work includes primary power conduits and associated power distribution components as well as meter centers; secondary conduits and conductors, associated secondary power distribution system components, and site lighting. The project will also install conduits to extend telephone service. The offeror will be responsible for procuring the services of the local electrical utility company, Unisource Energy Services, for the installation of primary conductors, transformers, and meters and will be responsible for coordinating this work. The offeror will also be responsible for coordinating with the local telephone company, Frontier Telephone. Fuel system elements include relocation of the existing fuel storage tank and associated components, construction of a new fueling area, and extending new fuel lines and associated components to the relocated marina in front of the new concessions building Building work includes the following new buildings (with approximate square footages): A concessions store/grill (7,600 square feet plus 6,700 square feet of shaded exterior space), a campground comfort station (1,400 square feet), a maintenance facility (1,650 square feet), and a very small picnic area comfort station. Building work also includes the exterior remodel of the existing 2,200 square foot fire station and a new 1,300 square foot water treatment plant."Estimated price range: More than $20 Million."Time for completion: 550 calendar days. "Proposal receipt date is approximate: It is anticipated that the solicitation will be issued 15 to 30 calendar days from the date of this pre-solicitation announcement. Receipt of proposals will be 45 days from the date of issuance of the solicitation."All responsible sources may submit an offer that will be considered. "Firms will be evaluated based on both price and technical factors, with price approximately equal to technical. Technical factors will be evaluated based on past performance, prior experience, and project technical approach."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, (large or small) 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 award, 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 will not accept a Small Business Subcontracting Plan that does not guarantee that a minimum of 19.5% of the work will be subcontracted to small business. "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 (Jul 2005) (status of firms can be found on CCR's Dynamic SB Search). The point of contact for this solicitation is Carmen J. Washington, Contracts Specialist, National Park Service, National Park Service, 12795 W. Alameda Parkway, P.O. Box 25287, Denver, Colorado, 80225. Email address is Carmen_Washington@contractor.nps.gov and the voice telephone is (303)969-2307. All responsible business sources may submit a proposal, which if submitted in a timely manner, will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=44465089f46f84a61c3c420ec5ed5243&tab=core&_cview=1)
 
Place of Performance
Address: Lake Mead National Recreation Area, Boulder City, Nevada, Clark County Nevada and Mohave County Arizona<br />
Zip Code: 890052426<br />
 
Record
SN01679551-W 20080925/080923221607-44465089f46f84a61c3c420ec5ed5243 (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.