Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2008 FBO #2581
SOURCES SOUGHT

Z -- Design-Build a Pre-Engineered Metal Building at Brooks Camp

Notice Date
12/18/2008
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
N9917090013
 
Response Due
1/16/2009
 
Archive Date
12/18/2009
 
Point of Contact
Gary A. Haynes Contract Specialist 9076443306 gary_haynes@nps.gov;<br />
 
Small Business Set-Aside
Total HUB-Zone
 
Description
SOURCES SOUGHT: The National Park Service, Alaska Regional Office, 240 W. 5th Avenue, Anchorage, Alaska 99501 is seeking to identify potential sources, i.e. certified HUBZone small business or Service Disabled Veteran Owned Small Businesses (SDVOSBs) who are interested in performing a design-build project for work in an extremely remote area of Alaska. The work is located in Katmai National Park and Preserve, Alaska. The area is extremely remote and accessible only by aircraft. This sources sought is not an issuance of a solicitation or a request for proposal and the information presented in this announcement will not obligate the National Park Service in any manner. This procurement is being considered for 100 percent set-aside either for certified HUBZone small businesses or SDVOSBs. If adequate interest or sufficient supporting documentation is not received from HUBZone and/or SDVOSB concerns, the solicitation may be issued on an unrestricted basis without further notice or may be cancelled at any time. DESCRIPTION (SYNOPSIS) OF WORK CONTEMPLATED UNDER THIS PROJECT: NPS is seeking to build a pre-engineered metal building on a cleared site at Brooks Camp in Katmai National Park and Preserve. The building will be used as a maintenance facility and will be approximately 40 feet x 80 feet consisting of four bays, with an 80' x 10' shed along the back wall (refer to Sheet A2 of the Schematic Design drawings). Building shall be provided on a design-build basis, with details provided by the building manufacturer. Included shall be an approximately 5-inch thick reinforced concrete slab with thickened edges, with exact sizes and dimensions to be determined by the building manufacturer. Also included shall be underground utilities under the slab to five feet outside the perimeter of the slab. These will consist of (2) 6" water lines to the mechanical room at the back of the building, flanged and capped, (1) 3" sewer line from the building and all underground sewer lines necessary to accommodate the bathroom and adjoining janitor's sink and clothes washer, (4) 4" conduits to the mechanical room. Interior finishes shall be limited to insulation (R-18 walls and ceiling), mezzanine support structures in two bays, two sets of metal stairs, " plywood on mezzanine floors and wainscoting on all walls to 8 feet above the floor. Included shall be a 10-ton bridge crane spanning the entirety of the two repair bays, and doors and windows as shown on Sheet A2 of the attached Schematic Design drawings. Excluded are any interior utilities, finishes, and walls not specifically included in the statements above. There is no site or utilities work other than that described above. The site was cleared and surfaced in 2008. The area under the concrete pad was overexcavated and filled with 1-inch-minus crushed aggregate and compacted. Contractor housing will be provided at Brooks. Provision of food, gear, and utilities will be the contractor's responsibility. Preliminary schedule is delivery of material to the site July 2009, construction of concrete pad and underground utilities July-August 2009, erection of building August-October 2009. The estimated cost of this project is between $800,000 to $1,500,000. NAICS is 236220. CONTRACTOR SUBMISSIONS Interested parties should include/submit the following information in their Statement of Qualifications (SOQs) or Expressions of Interest (EOIs): 1) Business name, address, cage code, socioeconomic classification (HUBZone and/or SDVOSB) including a copy of the certificate issued by the SBA on qualifications as a certified HUBZone. 2) Clear evidence of the firm's experience (no more than 3 projects please) performing work of a similar type, scope, and nature in extremely remote or remote areas. The experience should be identified by: contract numbers, agency issuing the contract, project titles, dollar amounts and points of contacts (both contractor and customer) with telephone numbers, emails, addresses, etc. Indicate if the firm was a prime or subcontractor (if subcontractor on the project, provide prime contractor information). Description of items/services provided under the contract. If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, provide construction services to commercial sources with the specifics in terms of the largest customers of these services; 3) Include attachments documenting the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform the required work; 4) A positive statement of their intention to submit an offer for the solicitation (if issued) as a prime contractor; 5) Evidence of bonding capacity (the project will require 100% performance and payment bonds on the final amount of the project awarded); 6) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics; 7) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency to your firm or teaming partners when the matter was referred to SBA for review and consideration? If so, please provide the specifics. Firms are reminded of the requirement to register in the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Annual Representations and Certifications (http://orca.bpn.gov) as required by FAR 4.1102 will apply to this procurement. There are four documents available to assist the contractors in determining their interest to participate in this project. Documents will only be sent via email (NO FAXES) to the interested contractors requesting the attachments. To request these documents from the period of December 17, 2008 through January 6, 2009 copies of the site maps, site plan, and building schematic can be obtained by calling Deryl Morse at (907) 644-3313 or email him at deryl_morse@nps.gov to obtain these files. After January 6, 2009, call Gary A. Haynes at (907) 644-3306 or email him at gary_haynes@nps.gov to request the documents. Interested parties are encouraged to respond to this notice not later than 3:00PM Alaska Time on January 16, 2009. You may either email your response and any relevant information regarding specific performance or other qualifications regarding the design-build construction services requested to Gary A. Haynes, Contracting Officer at gary_haynes@nps.gov and the email should be entitled "Katmai Pre-engineered Building - Sources Sought" or mail them to the contracting officer at "National Park Service, Alaska Regional Office, Attn: Contracting (Gary A. Haynes), 240 W. 5th Avenue, #114, Anchorage, AK 99501". DO NOT SEND GENERIC HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BE DISCARDED. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for a follow-up by this office or the procuring contracting officer. If you have responded to any previous email messages or had other communications with our office regarding preliminary market research for this construction project, please be advise that it will be necessary for you to respond to this sources sought request and the items contained herein. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responses received by the Government from interested contractors. All information/materials provided to the government will become the proper of the Government and will not be returned. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a set-aside either competitive or sole source or of any guarantee of award or particular acquisition strategy developed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=da0c7206c5f7ccbcdcea89d178a15d74&tab=core&_cview=1)
 
Place of Performance
Address: Katmai National Park and Preserve, Alaska<br />
Zip Code: 99613<br />
 
Record
SN01721517-W 20081220/081218215946-da0c7206c5f7ccbcdcea89d178a15d74 (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.