Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Z -- Replace Polluting Marine Toilet @ USSS Arizona Memorial

Notice Date
7/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
PWR - GOGA Golden Gate NRA Bldg. 201, Fort Mason San Francisco CA 94123
 
ZIP Code
94123
 
Solicitation Number
N8895100037
 
Archive Date
7/14/2011
 
Point of Contact
Barbara Helphrey Contracting Officer 4155614768 barbara_helphrey@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
The National Park Service has identified a requirement to Replace Polluting Marine Toilet, USS Arizona Memorial, Pearl Harbor, Hawaii. This requirement is Full and Open Competition; however the National Park Service encourages the participation of small business, disadvantaged and women-owned business firms. PROJECT DESCRIPTION: The anticipated work includes, but is not limited to the following: replace the existing Microflush LF-210 marine toilet / marine sanitation device on the USS Arizona Memorial with a standard toilet and improved wastewater system with Ultra-Violet (UV) disinfection meeting EPA standards. Rehabilitate the existing vestibule, restroom, storage and treatment rooms to meet Americans with Disabilities Act and Architectural Barriers Act (ADAABA) accessibility standards, including architectural and structural improvements and new restroom fixtures and utility upgrades. Rehabilitate the existing electrical panel board and branch circuits currently in violation of the National Electrical Code (NEC). The successful contractor will furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. The solicitation will be issued electronically on the Department of Interiors (DOI) National Business Center (NBC) web site at http://ideasec.nbc.gov on or about July 30, 2010. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Proposals will be due 30 calendar days after the ACTUAL posting date of the solicitation. All questions pertaining to this pre-solicitation notice must be submitted in writing by email to Barbara_Helphrey@nps.gov. Evaluation Factors for Award are in Section M of the solicitation. A site visit will be scheduled for all interested parties with the time and date to be announced in the solicitation, Section L, clause 52.236-27, Site Visit (Construction). A firm fixed price contract will be awarded to the responsible offeror based on the best value to the government after considering technical factors and price. In accordance with the Federal Acquisition Regulations (FAR), Part 36, the estimated magnitude of construction is between $500,000 and $1,000,000. The North American Industry Classification System (NAICS) code for this requirement is 238220 and the Small Business Size Standard is $14.0M. Interested parties should submit their Technical and Price proposals by the closing date which will be identified in the solicitation. Responses from Bidders will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers will NOT be accepted.In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Contractors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://www.ideasec.nbc.gov. The 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 web site for all information relevant to this solicitation. Plan holders will be required to visit this web site periodically to check for amendments and other changes to the procurement documents. No other notifications will be sent. In order to receive contract award, a vendor must be registered in the CCR system and Online Representations and Certifications Application (ORCA). To register in CCR and ORCA, go to http://www.bnp.gov. The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation. [End of Announcement.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8895100037/listing.html)
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96818
 
Record
SN02205593-W 20100716/100714235038-6a2a9c65438ce43a6be8360746e578f0 (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.