Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

Y -- Hawaii Volcanoes National ParkVolcano House Seismic & Fire Safety Improvements

Notice Date
7/1/2009
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division OTHER THAN US POSTAL SERVICENational Park Service, Denver Service Center12795 W. Alameda Parkway LAKEWOOD CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011090461
 
Archive Date
7/1/2010
 
Point of Contact
Lori Irish Contracting Officer 3039876776 Lori_Irish@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
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 available 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 AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Prospective offerors desiring to conduct business with DOI and download a copy of the solicitation are requested 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). Prospective offerors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Prospective offerors shall also be required to input annual representations and certifications at https://orca.bpn.gov. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe 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 website (http://ideasec.nbc.gov) for all information relevant to this solicitation. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR ANY AMENDMENTS TO THE SOLICITATION. No other notifications will be sent. SOLICITATION NUMBER: N2011090461PROPOSED ISSUE DATE: On or about July 15, 2009TITLE OF PROJECT: Volcano House Seismic & Fire Safety Improvements, Hawaii Volcanoes National ParkDESCRIPTION: This FY 2009 Volcano House Seismic & Fire Safety Improvements Project combines two formerly, individual projects - PMIS 117845 and 082583. PMIS 117845 (Seismic Upgrades) will provide seismic code compliance to the three structures - Volcano House Main Structure, enclosed hallway, and North Annex Wing. The seismic upgrades will improve the structural integrity of the building to resist lateral forces which, in turn, will improve life safety of both the visiting public and employees who use this facility. These seismic improvements include the repair and reinforcement of: the stone foundation; movement and shifting between buildings; bracing of shearwalls; and the reinforcement of the roof, including the connection of the roof diaphragm to the shearwalls (to increase the shearwalls lateral load transfer between the metal connections and the roof). Reinforcement will involve 23,250 SF of the historic section of Volcano House including lobby, dining and gift shops and 4,300 SF in the non-historic North Wing and enclosed hallway which connects the North Annex Wing to the main Volcano House structure. This project will also address structural damage caused by the earthquake activity and ensure the Volcano House complies with FEMA and UBC seismic standards. The second portion of this project, PMIS 082583 (Fire Safety Improvements), includes the installation of an automatic wet pipe fire suppression sprinkler system in the Volcano House Hotel complex to include the main Volcano House structure, the North Wing, and the adjacent Bakery & Laundry Building. Other Life Safety requirements included within the project are the installation of illuminated exit signage and fire/smoke detection and alarm systems. The project will ensure all work adheres to DO-58 in terms of preservation of the facility's historic character while complying with NFPA's Fire Safety and Life Safety codes. TYPE OF PROCUREMENT: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. All evaluation factors other than price, when combined, are approximately EQUAL in importance to price. In accordance with FAR Subpart 15.300, the government will select the responsible offeror whose proposal represents the BEST VALUE to the government, price and technical and other factors considered. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors' proposals; and permits discussions if necessary. The government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the government to be the most advantageous to the government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms from price, schedule and technical standpoint. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. For inquiries regarding proposal due date or number of amendments issued, contact Lori Irish, Contracting Officer at 303-987-6776; or Susan Bustamante, Contract Specialist at 303-969-2228. ALL TECHNICAL INQUIRIES MUST BE SUBMITTED IN WRITING TO THE ABOVE ADDRESS OR FAXED TO 303-987-6646, ATTN: LORI IRISH OR SUSAN BUSTAMANTE, OR VIA E-MAIL TO: lori_irish@nps.gov or susan_bustamante@nps.gov. ANY INQUIRY NOT SUBMITTED IN WRITING WILL NOT RECEIVE A RESPONSE. ALL INQUIRIES MUST BE SUBMITTED AT LEAST 10 DAYS BEFORE PROPOSALS ARE DUE.Estimated price range: $2 million - $3 million.Estimated completion date: July 2010Proposal response date is approximate; the exact due date for proposals will be identified in the RFP.This solicitation is SET-ASIDE for HUBZone certified firms. All responsible HUBZone certified firms may submit an offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011090461/listing.html)
 
Place of Performance
Address: Hawaii County, Hawaii<br />
Zip Code: 967180052<br />
 
Record
SN01862406-W 20090703/090702000728-8471a719dc73ef1e965036727e63fbb9 (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.