Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

Y -- FY10 Mount Rushmore National Monument Water Treatment Plant Improvements

Notice Date
6/4/2010
 
Notice Type
Presolicitation
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
N6066100022
 
Archive Date
6/4/2011
 
Point of Contact
Kadra L. Martz Contract Specialist Lead 6055743193 Kadra_Martz@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 to announce that the Department of Interior, National Park Service, Mount Rushmore National Monument Office intends to issue a Request for Proposal (RFP) N6066100022 for FY10 Mount Rushmore National Monument Water Treatment Plant Improvements, Keystone, South Dakota. The contractor who is selected for this project will provide all labor, materials, tools, equipment, and transportation for the upgrade of the water treatment plant. Work on this project consists of building a new pumphouse adjacent to an existing pump station at the water treatment plant at Mt Rushmore National Monument. The work of this Contract consists of the following general construction elements: 1. General Conditions. 2. Site Work. 3. Backwash Water Force main 4. Building Concrete. 5. Masonry. 6. Metals. 7. Moisture Protection. 8. Doors. 9. Drywall. 10. Finishes.11. Painting. 12. Specialties. 13. Equipment. 14. Plumbing. 15. Mechanical HVAC. 16. Electrical and Instrumentation and as per the specifications. RFP ISSUANCE DATE: The anticipated issuance date of the RFP is on or about June 19, 2010 with an anticipated closing date of 22 July 2010. The anticipated period of performance is 270 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 June 19, 2010. In addition, general information and links to the solicitation will be provided at the Federal Business Opportunities website (www.fbo.gov). Award shall be made through the lowest price technically acceptable source selection process. Any amendments issued to the solicitation will also be available at the websites mentioned above. NO HARD COPY DOCUMENTS WILL BE ISSUED. SITE VISIT: All information about the site visit will be forth coming in the solicitation package. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $500,000 and $1,000,000. The applicable NAICS code for this action is 237110 (Water and Sewer Line and Related Structures Construction) the Small Business Size Standard for this NAICS is $33.5 Million, in average gross annual receipts for the past 3 fiscal years. 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. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - 20% of the contract price. Payment and Performance bonds - 100% of the contract price. Be advised that this requirement may be delayed, cancelled, or revised at any time during process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. 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) QUESTIONS: ALL QUESTIONS WILL BE PRESENTED TO THE CONTRACT SPECIALIST ON THIS PROJECT, NOT THE PARK. Solicitation Type: Request for Proposal (RFP) Solicitation Type of Contract: Firm Fixed PriceSite Visit Date: To Be Determined Title of Project: Mount Rushmore National Monument Water Treatment Plant Improvements Place of Performance: Mount Rushmore National Monument, Keystone, South Dakota. Point of Contact(s): Kadra L. MartzContract Specialist(605) 341-2809
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6066100022/listing.html)
 
Place of Performance
Address: Mount Rushmore National Monument13000 Hwy 244Keystone, SD
Zip Code: 57751
 
Record
SN02169063-W 20100606/100604235105-83214e7706362ad1867f290da7754f02 (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.