Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

Z -- Deck removal and replacement for Residences 4168 and 4190.

Notice Date
7/2/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - PWRO Pacific West Regional Office-Seattle 909 First Avenue Seattle WA 98104
 
ZIP Code
98104
 
Solicitation Number
N8823090109
 
Archive Date
7/2/2010
 
Point of Contact
Frank M. Powers Contract Specialist 2062204024 frank_powers@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
Service-Disabled Veteran-Owned
 
Description
NOTICE: SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES ONLY.Project Name: Yosemite NP Wawona Decks. This announcement is in reference to Solicitation Number N8823090109. The US Department of the Interior, the National Park Service, Pacific West Regional Office is soliciting proposals from qualified Service Disabled Veteran Owned Small Business firms for a firm-fixed-price construction contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to: Removal of two existing decks, design and construction of two new decks to building code requirements, industry standards, and manufacturer's specifications, and design and construction of a ramp meeting ADA requirements. The new decks shall be structurally sound, fully accessible, seismically safe, attractive, durable, weather resistant, and low maintenance. The Contractor shall remove all construction debris from the work site at the completion of the project, leaving the site in a condition identical to that prior to project initiation. The North American Industry Classification System (NAICS) code for this requirement is 238350, and the small business size standard is $14.0 million. Contract duration is approximately 45 days following notice to proceed. In accordance with FAR Subpart 36.204, the price range for this contract is between $100,000 and $250,000. This is a "Best Value" negotiated procurement: selection is based on the lowest evaluated price of the technically qualified offerer. To be considered technically qualified a firm must be a Service-Disabled Veteran-Owned Small Business in accordance with Federal Acquisition Regulations Subpart 19.14; and have a satisfactory past performance in the design and installation of similar deck projects. A site visit will be scheduled for all interested and qualified parties with the time and date to be announced in the solicitation. The Solicitation and attachments will be posted electronically on or about July 16, 2009 at the following website: www.fedbizopps.gov. (See FEDBIZOPPS SEARCH, below). All Amendments will also be posted to this website. Responses will be due approximately 30 days following the date of posting of the solicitation unless extended. FEDBIZOPPS SEARCH: Search by referencing the solicitation number (N8823090109), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy. The point of contact for this solicitation is Frank Powers, Contract Specialist, National Park Service, PWRO, 909 First Ave., Seattle, WA 98104. Email address is frank_powers@nps.gov. All qualified Service Disabled Veteran-Owned sources may submit a quote, which if submitted in a timely manner, will be considered. 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://www.ccr.gov. Available files to download will be in one, or a combination of the following formats: HTML, Microsoft Word - 2007, Microsoft Excel - 2007, Portable Document Format (PDF), or AutoCAD DWG or DWF. Responses from Offerors will be accepted in hard copy format only, at the address of the point of contact stated earlier in this announcement. The Government reserves the right to cancel this announcement and or the solicitation. This announcement does not constitute the solicitation. End of Announcement.*****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8823090109/listing.html)
 
Place of Performance
Address: Wawona, Yosemite National Park, CA<br />
Zip Code: 95318<br />
 
Record
SN01865066-W 20090704/090703001854-39c82277e057c1027f15d6e10bd9b136 (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.