Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOLICITATION NOTICE

Y -- TAS::14 1041::TAS RECOVERY LAME PMIS# 104777Construct Interagency Communications Center

Notice Date
1/7/2010
 
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
N2011101003
 
Archive Date
1/7/2011
 
Point of Contact
Nicole Haines Contracting Officer 3039692473 Nicole_Haines@nps.gov;
 
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
TAS::14 1041::TAS RECOVERY LAME PMIS# 104777Construct Interagency Communications Center, Lake Mead NRA, Clark County, NV 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. 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. 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 for 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 January22, 2010 Title of Project: Construct Interagency Communications Center (ICC) Location: Lake Mead National Recreation Area, Clark County, Nevada Description: The purpose of this project is to construct a new interagency dispatch center to replace the existing, substandard facility. The dispatch center operates 24/7, primarily in support of law enforcement and emergency services for Lake Mead National Recreation Area (LAME NRA), Great Basin National Park (GRBA), Bureau of Reclamation (BOR) (Hoover Dam), Nevada Bureau of Land Management (NV BLM), U. S. Fish and Wildlife Service (USFWS), and U. S. Forest Service (USFS), and backup to multiple state agencies. In addition, the facility operates as an afterhours dispatch center for the US Marshals Service, and 35 other NPS, BLM, USFWS and USFS units. The 4,500 sf new facility will include a dispatch center, Emergency Operations Center, staff office space and common areas. The new facility will be a fully code compliant building that provides field units with a fully equipped, state-of-the-art dispatch center and an Emergency Operations Center (EOC) to support these operations. The building will include all required physical security counter-measures, appropriate site setbacks, life safety equipment, HVAC equipment and controls, redundant utilities and redundant communications links to meet NFPA 1221 - Chapter 4, Communication Centers. This description does not cover every element of work, but is intended to convey the nature of extent of the work. 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 as stated in the solicitation. Estimated price range, $3,500,000 to $4,500,000. Time for completion, 395 calendar days; actual date will be established at the time proposal documents are available. All responsible sources 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 BusinessSearch for potential subcontractors iwthin 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/N2011101003/listing.html)
 
Place of Performance
Address: Lake Mead National Recreaction Area, Boulder City, Clark County, Nevada
Zip Code: 890052426
 
Record
SN02036810-W 20100109/100107234906-aac57e8ffe4d914e400654d0bbaade9d (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.