Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

Z -- Duplex Relocate and Refurbish at Katherine Landing, Lake Mead NRA

Notice Date
2/24/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - LAME Lake Mead NRA 101 Katzenbach Drive Boulder City NV 89005
 
ZIP Code
89005
 
Solicitation Number
N8360091133
 
Response Due
3/31/2009
 
Archive Date
2/24/2010
 
Point of Contact
Jill S. Clayton Supv. Contracting Officer 7022938909 jill_clayton@nps.gov;<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The National Park Service, Lake Mead National Recreation Area (LAME) has a need to move a duplex at Katherine Landing and refurbish it to form two separate housing units. Work will include excavation/grading to provide level sites for relocated units as well as new construction to complete the project. N8360091133 is being issued as a request for proposal (RFP). This request for proposal is issued as a Service Disabled Veteran Owned Business (SDVOB) set aside under FAR 19.14. NAICS code 236115 and size standard of $31 million. Price range: $100,000-250,000. Drawings and specs will appear with the solicitation online at Fedbizopps.gov in approximately 15 days. 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 to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://ccr.gov. Available files to download will be in one, or a combination, of the following formats: HTML, PDF or Microsoft Word. Responses will be accepted at the address listed in the solicitation in hard copy or by fax or email to jill_clayton@nps.gov. PAPER COPIES OF THIS SOLICITATOIN WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Proposals should include all necessary expertise, labor, materials, equipment and tools necessary to safely conduct this project to a successful conclusion. Award may be made without discussions with offerors; therefore the offeror's initial proposal should contain the offeror's best terms for all items from a cost or price and technical standpoint. Offerors should submit proposals that are acceptable without additional explanation or information as the Government may make a final determination regarding a proposal's acceptability solely on the basis of the initial proposal submitted. Proposals will be evaluated based on quality (past performance, experience, qualifications of key personnel) and price. Quality is equal to price. A pre-bid conference/site visit will be held on March 17, 2009 at 10 am at Katherine Landing. See section L of the solicitation for more information. Clauses and attachments, including drawings and specifications are in portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8f83aa11a649c525916513d1efa01b8a&tab=core&_cview=1)
 
Record
SN01755843-W 20090226/090224220825-8f83aa11a649c525916513d1efa01b8a (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.