Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2010 FBO #3015
SOLICITATION NOTICE

Z -- RECOVERY TAS::14 1041:: TAS RECOVERY CAVE PMIS # 116245 STRUCTURAL REPAIR AND LEAD BASED PAINT ABATEMENT IN ELEVATOR SHAFT

Notice Date
2/23/2010
 
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
N2011101095
 
Response Due
4/9/2010
 
Archive Date
2/23/2011
 
Point of Contact
Joy Jamison Contract Specialist 3039692170 Joy_Jamison@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
N/A
 
Description
TAS::14 1041:: TAS RECOVERY CAVE PMIS # 116245 STRUCTURAL REPAIR AND LEAD BASED PAINT ABATEMENT ON PRIMARY ELEVATOR SHAFT. 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 is located in Carlsbad Caverns National Park at Carlsbad (Eddy County), New Mexico. General: The National Park Service, Department of Interior, is soliciting proposals from firms having the capability to perform the work described below. This 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. 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 not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they 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 CCR in order to conduct business with the Federal Government. Proposed Solicitation Issue Date: March 10, 2010, with due date for receipt of proposals being April 9, 2010 (tentative). Title of Project: "Structural Steel Repair/Lead Paint Abatement on Primary Elevator Shaft." Drawings indicate "Elevator Repair" Description: This project will restore lost structural integrity by replacing the steel supporting the interior of a 53 year-old passenger elevator shaft at Carlsbad Caverns National Park in Eddy County, New Mexico. Project work includes replacement of 163 sections of heavily-corroded structural steel framing, some of which are covered with rust and lead based paint debris. Lead paint abatement will occur as part of the work on some of the structural steel. Most of the support beams inside the elevator shaft will be replaced with new galvanized steel members. Other components that will be replaced and/or repaired are wall anchors, guide rails for the elevators, rail clips and cross bracing. All work will be performed inside an existing 750 foot limestone elevator shaft with limited access only at the top and bottom of the shaft. Park visitation will continue during construction, therefore the contractor will be required to comply with regulations on building access, noise control and other environmental constraints to encapsulate the lead dust and other construction debris. The contractor will be required to provide air containment materials and procedures to avoid introducing air-borne contaminants into the cave. A large parking area adjacent to the Visitor Center building will be available to the contractor for staging, storage of materials and a contractor office trailer. The existing elevator cabs will be lowered to the bottom of the shaft prior to commencement of work. Access to the elevator shaft for lowering the beam sections will require navigating corners and changing direction with steel sections while they are suspended. Transportation of equipment, materials and laborers shall be accomplished via work platform that can travel the height of the shaft. The plan dimensions of the shaft are approximately 11 feet by 17 feet, which will be occupied by two elevator cabs (at the bottom) and the supporting steel, counterweights (at the top), hoist cables and anchorages. The existing elevator hoist cables, cabs and hoist machinery will be left in place during the construction period. Removal of existing steel will require contractor to chip existing beam ends from grouted beam pockets in the limestone shaft. The steel to be removed from the elevator shaft shall be hoisted to the top of the shaft opening and be removed without damaging surrounding elevator cables, electrical controls and other building components or cave features. The steel to be removed may be cut for handling. Recycling of the steel will be required. Since the contractor will be working inside an elevator shaft, fall protection and compliance with OSHA standards will be required. New beams will be re-grouted into existing beam pockets and new wall anchors may require drilled or grouted connections to reconstruct the wall anchor assembly. At the end of the project, the contractor will be required to re-align the existing guide rails that support the two counterweights and the two elevator cars. A certified elevator inspector will be required for this portion of the work. Pre-Proposal Conference/Site Visit: An organized pre-proposal conference/site visit will be held on March 24, 2010. Exact meeting place and time will be identified in the solicitation documents. SPECIAL NOTE: Offerors desiring to view the elevator shaft from on top of the elevator cab, will be required to wear hard hats, steel toed boots, and have appropriate/adequate fall protection. Offerors will be required to provide these items themselves. 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: $4,500,000.00 - $5,500,000.00. Time for completion: Completion date is March 15, 2011 (tentative). The full construction Notice to Proceed will be issued on September 13, 2010 (approximately). An administrative Notice to Proceed will be issued approximately 90 days prior to that in order to begin steel fabrication and work on other submittal requirements. Proposal receipt date is approximate; 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, (large or small) 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. In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS will not accept a Small Business Subcontracting Plan that does not guarantee that a minimum of 10% of the total contract value will be subcontracted to small business, which will be monitored and enforced during construction performance. The NPS subcontracting goals for Fiscal Year 2010 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 19.5%; Small Disadvantaged Business Concerns - 3%; Small Women-Owned Business Concerns - 5%; HUBZone Small Business Concerns - 3%; Veteran-Owned Small Business Concerns - 3%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 2.5%. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search). Refer questions to Joy Jamison, Contract Specialist (303) 969-2170 or Dane Johnson, Contracting Officer (303) 969-2831.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101095/listing.html)
 
Place of Performance
Address: Carlsbad Caverns National Park, Carlsbad (Eddy County), New Mexico
Zip Code: 882205354
 
Record
SN02072491-W 20100225/100223234926-4864f32556d3af377aef907ec969acb9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.