Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

Z -- RECOVERYGovernors Island National Monument, Castle Williams Abatement and Structural Stabilization, New York County, New York, GOIS 152710 & 154316

Notice Date
7/15/2009
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N2011091517
 
Response Due
7/30/2009
 
Archive Date
7/15/2010
 
Point of Contact
Robin Fuchs Contract Specialist 3039692841 robin_fuchs@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
RECOVERY This project is an American Recovery and Reinvestment Act (ARRA) action. Receipt of award is contingent upon the offeror's meeting the requirements of Section 1512 (reports on use of funds) of the Recovery Act. The National Park Service (NPS), Department of the Interior (DOI), is soliciting proposals for construction firms having the capability to perform the work described as follows: Hazardous Materials Abatement and Stabilization of Castle Williams, Governors Island National Monument, New York, New York. Solicitation Number N2011091517. PMIS Number GOIS 152710/154316. The offeror selected shall furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of this project. Work includes, but is not limited to: Abate hazardous materials, remove health and safety hazards and repair structural deficiencies to enable the National Park Service to open Castle Williams, a historic 19th century redstone fort, to visitors. Hazardous material conditions include a high concentration of lead paint, various friable asbestos-containing materials, and PCB light ballasts. This project will remove and properly dispose of these hazardous materials. Other safety and structural deficiencies to be remediated under the contract include repairs to unstable and damaged masonry, reroofing selected areas, concrete patching, and installing stairway handrails. All work is to an historic building and will require compliance with New York State Historic Preservation Officer requirements. This project is set-aside for HUBZone qualified firms only. See the SBA website at https://eweb1.sba.gov/hubzone/internet concerning qualifying as a HUBZone firm. A negotiated, firm fixed-price contract will be awarded requiring submission of both a technical and a price proposal (separately) and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 36, Construction and Architect-Engineer Contracts. The government will consider an offeror's technical capability in comparison to its price. The NAICS code for this project is 236220 and the small business size standard is $33.5 million. In accordance with FAR Subpart 36.204, the price range for this contract is between $1,000,000 and $5,000,000. The contract duration is 240 calendar days following the notice to proceed. This solicitation will be issued electronically, on the Department of the Interior's National Business Center (NBC) website, at http://ideasec.nbc.gov on or about July 30, 2009. Search by referencing the solicitation number N2011091517 under the Department of the Interior, National Park Service. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Individual requests for the solicitation package will NOT be accepted and can NOT be accommodated. In order to download a copy of the solicitation, vendors will be asked to register their company with the NBC 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). Offeror's desiring to conduct business with the government must also register with the Central Contractor Registry (CCR) at www.ccr.gov. Proposal documents will be made available for download in one, or a combination of, the following formats: HTML, Microsoft Word (.doc), Microsoft Excel (.xls), Adobe Portable Document Format (.pdf), or AutoCAD (.dwg or.dwf). Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at www.adobe.com, or for the AutoCAD reader called "Volo View Express" at www.autodesk.com. A pre-proposal site visit has been scheduled for August 7, 2009 at 9:00 AM EDT for all interested parties. Note: The last ferry departure from Manhattan which will arrive in time for the meeting leaves at 8:15 AM. Additional details regarding this meeting will be provided in the solicitation, once posted, in Section L, clause 52.236-27 Alt 1, Site Visit (Construction). The point of contact for this solicitation is Ms. Robin Fuchs, Contract Specialist, National Park Service, Denver Service Center - Contract Services, 12795 W. Alameda Parkway, Lakewood, Colorado 80228. Email address is robin_fuchs@nps.gov and telephone number is (303)969-2841. All responsible HUBZone businesses may submit a proposal, which if submitted in a timely manner, will be considered. Responses will be due approximately 30 days following the issuance of the solicitation. Proposals will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile or electronic submissions of proposals will NOT be accepted. The Government reserves the right to cancel this 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/N2011091517/listing.html)
 
Place of Performance
Address: Governors Island National Monument, Castle Williams Abatement and Structural Stabilization, New York County, New York, GOIS 152710 & 154316<br />
Zip Code: 100041900<br />
 
Record
SN01875665-W 20090717/090715235307-8316e1af84d15765c574eda9b119de2c (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.