Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOLICITATION NOTICE

Z -- RECOVERY - Construction Services to Repair Hurricane Omar Damages at Ft. Christianvaern for the Christiansted National Historic Site.

Notice Date
3/1/2010
 
Notice Type
Presolicitation
 
Contracting Office
SER - National Park Service Contracting & Property Mgt.100 Alabama St., SW Atlanta GA 30303
 
ZIP Code
30303
 
Solicitation Number
N5380100001
 
Response Due
5/4/2010
 
Archive Date
3/1/2011
 
Point of Contact
Laurie N. Chestnut Contract Specialist 4045075745 laurie_chestnut@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
HUBZone
 
Description
RECOVERY - - TAS::14 1035::TAS RECOVERY CHRI PMIS #'s 149836, 149893, 149903, 149906, 14911, 149916, 149926, and 150236 - CONSTRUCTION SERVICES TO REPAIR HURRICANE OMAR DAMAGES INCLUDING - Replace skylights in the Comfort Station, reshingle historice Banstand roof, repair and rehabilitate the historic Scale house, repair storm damages to historic Steeple building, repair historic Danish West India warehouse, repair and rehabilitate historic landscaping, repairs to Danish Customs house, and repair historic flagpole. THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER THE SMALL BUSINESS ADMINISTRATION's HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) PROGRAM PURSUANT TO FAR SUBPART 19.13. The anticipated NAICS for this procurement is 238990 with a size standard of $14 million. The magnitude of the price range for this work is between $100,000.00 - $250,000.00. In accordance with FAR 19.702(b), a subcontracting plan is not required. However, contractors will be required to submit a list of proposed subcontractors demonstrating to the fullest extent practical use of local, small, small disadvantanged and minority owned businesses. The solicitation will be available on or about April 2, 2010. All inquiries must be made within the time frame specified in the solicitation, usally not more than 15 calendar days from the date of issuance of the solicitation; and must be made in writing either by mail or email. The email address is laurie_chestnut@nps.gov. Telephone calls will NOT be accepted. A site visit will be held. The date and time will be provided in the solicitation. Contractors are responsible for inspecting the site and making sure their level or understanding of the requirements are complete. The site visit will be at the contractor's expense. The goverment intends to make award without discussion. Thus, contractors are strongly encouraged to submit their best price initially. The government does, however, reserve the right to open discussions as it deems necessary in obtaining the best value. This project is being done under the American Recovery & Reinvestment Act. Contractors are advised that the awardee will be subject to reporting requirements in accordance with the American Recovery & Reinvestment Act and FAR 52.204-11. Failure to adhere to the reporting requirements may result in contract termination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N5380100001/listing.html)
 
Place of Performance
Address: St. Croix, VI.
Zip Code: 008210160
 
Record
SN02079361-W 20100303/100301234937-71af5b9cf334d0f9ef70e695342ab25c (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.