Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

Z -- Prep, prime and paint exterior siding, windows, doors and trim on eight (8) South Manitou Island structures and two (2) on North Manitou Islands structures

Notice Date
4/12/2010
 
Notice Type
Presolicitation
 
Contracting Office
MWR - Administration 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
N6620100023
 
Archive Date
4/12/2011
 
Point of Contact
Kathleen Batke Contract Specialist 7708803099 kathleen_batke@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
This is a Presolicitation Notice for the following Request for Proposal (RFP): This procurement is "Open and Competitive". The Solicitation Number for this Project is N6620100023. Project Name: "Exterior painting and lead abatement on 8 structures on South Manitou Island and 2 structures on North Manitou Island, Leland, Michigan" Contractors must be licensed for Lead Abatement and all employees working on the site must have a certification showing they have completed lead training. The North American Industry Classification System (NACIS) Code: 238320 "Painting & Wall Covering Contractors" The Small Business Size Standard is $14.0 million, in average gross annual receipts for the past 3 fiscal years. In accordance with FAR Subpart 36.204, the magnitude of the requirement for this contract is between $100,000.00 and $250,000.00 The US Department of the Interior, the National Park Service, Midwest Regional Office is soliciting proposals from all Businesses for a firm-fixed-price construction contract to provide all labor, supplies, tool, equipment, material, and transportation necessary to perform all work required for the successful completion of the above named project. Work includes, but is not limited to: lead abatement, exterior painting of eight (8) structures on the South Manitou Islands and two (2) structures on North Manitou Island at Sleeping Bear Dunes National Lakeshore, Leland MI. RFP ISSUANCE DATE: The anticipated issuance date of the RFP is on or about 26 April 2010 with an anticipated closing date of 17 May 2010. The anticipated period of performance is 90 calendar days after receipt of the Notice to Proceed Note: There will not be a public bid opening for this requirement. The RFP will be posted and available for download at the National Business Center (http://ideasec.nbc.gov) on or about 12 April 2010. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. All offers must be received by the due date and time stated in the Solicitation. This Announcement does not constitute the Solicitation. SITE VISIT: 4 May 2010 at 9:00 A.M. Eastern Standard Time. All firms and parties will meet at the Manitou Transit (Ferry - http://www.leelanau.com/manitou/) for transportation to the island. The Ferry will be reserved for the whole day for the trip over and back by the National Park Service. There are only 61 slots available to contractors. All contractors wishing to attend this site visit MUST e-mail your reservation request to Kathleen Batke at kathleen_batke@nps.gov to reserve a space aboard the Ferry. ONLY one person per firm can attend due to the space available aboard the Ferry and will be on a first come basis. Your name must be on the "Contractor's Reservation List" to board the Ferry. Any contractor taking part in this site visit MUST be at the Ferry before the 9:00am Eastern Standard departure time. In accordance with FAR 19.10 and agency supplements, this project will utilize Full and Open competition procedures pursuant to the Small Business Competitiveness Demonstration Program. The point of contact for this Solicitation is Kathleen L. Batke, Contract Specialist, National Park Service, Midwest Regional Office. E-mail address is kathleen_batke@nps.gov Phone: (770) 880-3099 QUESTIONS: ALL QUESTIONS WILL BE PRESENTED TO THE CONTRACT SPECIALIST ON THIS PROJECT, NOT THE PARK. All interested Contractors are asked to add their name to the "Interested Vendor List" for this project. CENTRAL CONTRACTOR REGISTRATION INFORMATION: To be eligible for a government contract, contractors must be registered in the Central Contractor Registration (CCR) government system prior to award. The link for the CCR can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their proposal to ensure the registration in the CCR database is complete and in-place should they be selected for award (see FAR Subpart 4.11). ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12) Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of Interior (DOI) and National Park Service (NPS) changes. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6620100023/listing.html)
 
Place of Performance
Address: Sleep Bear Dunes National Lakeshore / North and South Manitou Islands
Zip Code: 496309797
 
Record
SN02119045-W 20100414/100412234550-38414769ecfedfa6a05813080ef71006 (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.