Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOURCES SOUGHT

Z -- CONSTRUCT/REPAIR/REHABILITATE RESTROOMS PARKWIDE AT THE GRAND CANYON NATIONAL PARK

Notice Date
2/27/2009
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street Flagstaff AZ 86001
 
ZIP Code
86001
 
Solicitation Number
Q2011A90361
 
Response Due
3/9/2009
 
Archive Date
2/27/2010
 
Point of Contact
Janet S. Alexis Contract Specialist 9282261442 sharlene_alexis@nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The National Park Service in Arizona is conducting market research to determine the availability of U.S. Small Business Administration (SBA) certified 8(a), HUBZone, and Service Disabled Veteran-Owned Small Business sources with current relevant qualifications, experience, personnel, and capability of constructing/repairing/rehabilitating restrooms parkwide at the Grand Canyon National Park to consist of the replacement of current inadequate chemical toilets with vault toilets, site work and asphalt paving at various locations and make interior/exterior renovations to an existing restroom to include plumbing. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone, or Service Disabled Veteran Owned contractors: first priority, or whether to issue a solicitation as full and open competition (unrestricted): second priority. The Government invites contractors with the experience and capabilities to submit a Capability Statement consisting of appropriate capability documentation and references. Respondents must include references and a capability statement for at least four completed projects within the last three years that are similar to this work and within approximately the same dollar magnitude of this notice between $500,000.00 and $1 million. For each reference include the company name and title, telephone number, and point of contact. Provide evidence of sufficient available bonding capacity with a letter from the bonding company, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project shall be numbered consistent with the below requirements followed by supporting documentation. Respondents shall provide a list of projects by contract numbers, project titles, dollar amounts, project completion dates, overall performance ratings and evidence of the following specific capabilities: 1. Provide examples of projects worked as a prime contractor within the last three years of similar size, scope and complexity as the work indicated above. Indicate project specifics and provide references with names and phone numbers. 2. Provide project examples demonstrating experience with constructing/ repairing/rehabilitation of restrooms/vault toilets. Address your specific familiarity with projects. 3. Bonding Capacity: Letter from your bonding company stating that you are capable of being bonded; Performance and Payment Bond (100% of contract value) in the range of $500,000.00 to $1 million and your maximum bonding capacity per project along with your maximum aggregate bonding. 4. Provide proof of SBA certification for 8(a), HubZone status, or Service Disabled Veteran-Owned small business firm. The Capabilities Statement for this sources sought is not to be a proposal, but rather short statements regarding the company's capability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, or Service Disabled Veteran-Owned small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Please respond to this announcement by 2:00 PM(EST), 09 March 2009, via email to sharlene_alexis@nps.gov. The subject line of the email shall state: GRCA Restrooms Source Sought. The Government is under no obligation to consider information received after 09 March 2009 as part of the formal market research for this, or any future acquisition that may be contemplated Firms responding to this sources announcement, who fail to provide ALL of the required information requested, will not be considered by the Government in making the acquisition decision, which is the intent of the sources sought announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b87856e2c656f46579907a0d49749146&tab=core&_cview=1)
 
Place of Performance
Address: Grand Canyon, Coconino County, Arizona<br />
Zip Code: 86053<br />
 
Record
SN01758659-W 20090301/090227215850-b87856e2c656f46579907a0d49749146 (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.