Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2009 FBO #2679
SOLICITATION NOTICE

Y -- Replace Savage Area Rest Stops

Notice Date
3/26/2009
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
C9917090029
 
Response Due
5/12/2009
 
Archive Date
3/26/2010
 
Point of Contact
Marlene Haussler Contract Specialist 3039692159 Marlene_Haussler@contractor.nps.gov ;<br />
 
Small Business Set-Aside
8a Competitive
 
Description
GENERAL: The National Park Service, Department of Interior (DOI), is soliciting proposals for construction firms having the capability to perform the work described below. The 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 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. PROPOSED ISSUE DATE: April 10, 2009 TITLE OF PROJECT: Replace Savage Area Rest Stops, Denali National Park, Alaska. DESCRIPTION: The work of this contract consists of: The project will rehabilitate the Savage River area rest stops by replacing chemical toilets at the existing Savage Cabin rest stop with 6 vaults toilets, completing work at the Savage East and Savage West rest stops and constructing a new destination rest stop facility near the existing Savage River Campground. The new rest stop will include an access road, parking for 26 vehicles, a designated shuttle bus stop, covered viewing deck, 8 vault toilets, picnic sites, wayside exhibits and interpretive trail. TYPE OF PROCUREMENT: 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: Between $1,200,000.00 and $1,600,000.00. TIME FOR COMPLETION: All work shall be completed 400 calendar days after Notice to Proceed. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available.Competition is limited or restricted geographically to the Alaska Small Business Administration District servicing area. All 8(a) certified firms serviced by the Alaska District Office and all 8(a) certified firms with a bona fide place of business in the Alaska District Office servicing area are deemed eligible to submit offers. In addition, it has been determined that competition will not be restricted by stage (transitional or developmental) of 8(a) program participation. Joint Ventures are allowable on competitive 8(a) set-asides. The Joint Venture Agreement (JVA) and all supporting documents must be submitted as soon as possible but no less than twenty (20) working days prior to the scheduled date for contract award. Incomplete packages will be returned without action. The Joint Venture Agreement must be approved by SBA prior to award of any resulting contract. Failure to obtain SBA's approval of the JVA prior to award will result in SBA's request to the buying activity to terminate the award. If you are contemplating a joint venture on this project, you must advise your assigned Business Opportunity Specialist in writing, as soon as possible. A Bid Bond is requested at the time bid proposals are due. All responsible 8(a) sources, meeting the geographic limitation, may submit an offer that will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e40127d922190be32296c997b47bd3d&tab=core&_cview=1)
 
Place of Performance
Address: Denali National Park and PreserveAlaska<br />
Zip Code: 997550009<br />
 
Record
SN01778936-W 20090328/090326220750-9e40127d922190be32296c997b47bd3d (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.