Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

Y -- RECOVERY TAS::14 1041::TAS RECOVERY YOSE PMIS #079595 INSTALL RENEWABLE ENERGY SOLAR EQUIPMENT AT EL PORTAL COMPLEX. NOTE: THIS PROJECT IS FOR ONLY 8(a) FIRMS WITH A BONA FIDE OFFICE IN THE STATE OF CALIFORNIA, NEVADA OR ARIZONA.

Notice Date
2/19/2010
 
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
N8826100022
 
Response Due
3/4/2010
 
Archive Date
2/19/2011
 
Point of Contact
Roger F. Orban Contract Specialist 3039692137 Roger_Orban@contractor.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
Competitive 8(a)
 
Description
RECOVERY TAS::14 1041::TAS RECOVERY YOSE PMIS #079595 INSTALL RENEWABLE ENERGY SOLAR EQUIPMENT AT EL PORTAL COMPLEX. This project will be funded by the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the Act. The project will be at the El Portal Complex, located at the southwest boundary of Yosemite National Park. NOTE: THIS PROJECT IS FOR ONLY 8(a) FIRMS WITH A BONA FIDE OFFICE IN THE STATE OF CALIFORNIA, NEVADA OR ARIZONA. The National Park Service (NPS), Denver Service Center, anticipates awarding a firm-fixed price Design-Build contract based upon a two-phase selection procedure. The project solicitation consists of two (2) phases. This Pre-solicitation Notice represents Phase One, Request for Qualifications (RFQ), of this Two-Phase, Design-Build process. To be further evaluated for Phase One, firms must submit information by 4:00 P.M. (Mountain Time Zone), March 4, 2010 in response to the following criteria listed in descending order of importance: 1. Past performance demonstrating quality of work, professional expertise, technical competence and ability to effectively schedule and manage a multi-disciplinary work force. 2. Extent of design/build experience, especially experience that the offeror's current A/E/construction company partnership has working together. 3. Experience with projects of a type and scope similar to that of this project, which includes designing and installing photovoltaic systems greater than 30kw. 4. Demonstrated ability to provide innovative, cost effective design and construction solutions, with emphasis to improve on the initial design concepts without adding to the overall project cost. 5. National Park Service project experience and construction experience working in remote areas. Design-build firms/teams that meet the requirements of this announcement are invited to submit their qualifications addressing each of the listed criteria in order to be considered for the Phase Two short list. Firms responding to this announcement using their own format should make certain all required information is included in their submittal.Up to five of the most highly qualified design-build firms will be short-listed to participate in Phase Two of this design-build selection process. Submit two (2) hard copy responses for this RFQ to the Contracting Office listed in this announcement not later than the time and date listed above. The Phase Two Scope of Work (SOW) includes design and construction/installation of a variety of renewable energy systems to include solar power shade structures to cover parking sites/carports as well as a roof mounted photovoltaic system on the El Portal Maintenance and Storage buildings. The total photovoltaic capacity of the new system is estimated at a minimum of 500kW. Installation of this system will decrease energy consumption, and assist the park and the Pacific West region in meeting its sustainability goals. In Phase Two, those firms short-listed will be sent a Request for Proposal (RFP) which will contain the National Park Service Schematic Design, performance specifications, and evaluation criteria for technical and firm-fixed price proposals. Offerors will be required to prepare a proposal that may include design enhancements/cost-savings measures, and a project management plan describing the contractor's management philosophy, proposed schedule, team organization, and quality control as part of the Phase Two technical proposals. The RFP will not require new design drawings as part of the Phase Two submittal. A price proposal will be required along with the technical and management proposals. Each short-listed offeror will be required to submit both a technical and price proposal within 30 days after the RFP is issued based upon evaluation factors identified in the RFP. Award of a single contract will be made to the "best value" offeror. Debriefings will be made available after contract award. Estimated Price Range is between $1,000,000 and $5,000,000. For inquiries and clarifications, the primary point of contact is Rod Keiscome, Contracting Officer, phone number 303/969-2048, email rod_keiscome@nps.gov. The alternate point of contact is Roger Orban, Contract Specialist, phone number 303/969-2137, email roger_orban@contractor.nps.gov. No collect calls will be accepted. Note: this is not an RFP. Note: Architectural/engineering (A/E) firms that were involved in the preparation of the final schematic design and performance specifications for this project are not eligible to participate in the subsequent design-build process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8826100022/listing.html)
 
Place of Performance
Address: Yosemite National Park, Mariposa County, California
Zip Code: 953890577
 
Record
SN02069586-W 20100221/100219235100-d303725660ed053c45fd819415238699 (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.