Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

Y -- Big Bend National ParkReplace Chisos Basin Sewage Treatment PlantBIBE 47776

Notice Date
8/4/2009
 
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
N2011090379
 
Response Due
8/21/2009
 
Archive Date
8/4/2010
 
Point of Contact
Sharon K. Miner Contract Specialist 3039876623 sharon_miner@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
N/A
 
Description
General: The National Park Service (NPS), Department of Interior, is soliciting proposals for all construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of the 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 TIFF 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. - Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits not only the contractor by allowing him or her to maintain an accurate and complete record but also the Contracting Officer, as he or she can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in Central Contractor Registration (CCR) in order to conduct business with the Federal Government. - Proposed Issue Date: On or about July 23, 2009 - Title of Project: Replace Chisos Basin Sewage Treatment Plant, BIBE 047776 - Location: Big Bend National Park, Brewster County, Texas - Description: - The proposed work of this contract consists of replacing the existing sewage treatment at Chisos Basin which is showing signs of a potential structural failure as evidenced by the extensive concrete cracks in various components of the existing plant. This project will also address permit violations noted by Texas Commission on Environmental Quality and the US Public Health Service. The project includes construction of new extended aeration package wastewater treatment plant (WWTP) that is capable of efficiently treating the average high and low flows produced in the Basin; complete rehabilitation of the two sewage lagoons sites, with one lagoon removed and the location leveled and restored for use as the site for the new WWTP and the other lagoon having the sludge and liner removed with minor grading and drainage improvements; replacement of an existing portion of the sewage collection system piping; installation of a UV disinfection system for treating the effluent; improvements to the upper portion of the existing access road, including asphalt pavement on the extremely steep portion of the road, and major improvements to the lower portion of the existing access road, some of which is located a drainage channel; installation of overhead electric power supply to the new WWTP site and installation of an emergency power supply at the site; installation of a potable water line to the new WWTP site; installation of chain link fence around the entire perimeter of the new WWTP site; demolition and removal of the existing treatment plant: and revegetation of all disturbed areas.- 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: $2,000,000 to $4,000,000 - Time for completion: 360 calendar days - Proposal receipt date is approximately August 24, 2009; actual date will be established at the time proposal documents are available. - All responsible HUB-Zone small businesses may submit an offer that will be considered. - It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011090379/listing.html)
 
Place of Performance
Address: Big Bend National ParkBrewster County, Texas<br />
Zip Code: 798340129<br />
 
Record
SN01898994-W 20090806/090805000639-5339708efa674778b841c3b482ad21e4 (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.