Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

Z -- Road Striping at Lava Beds National Monument 2010

Notice Date
7/29/2010
 
Notice Type
Presolicitation
 
Contracting Office
PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
 
ZIP Code
95531
 
Solicitation Number
Q8410100A35
 
Response Due
8/17/2010
 
Archive Date
7/29/2011
 
Point of Contact
Kathryn J. Crowthers Contract Specialist 7074657315 Kathryn_Crowthers@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
ROAD STRIPING AT LAVE BEDS NATIONAL MONUMENT NOTICE: 100% SET-ASIDE UNDER THE HISTORICALLY UNDERUTILIZED BUSINESS ZONE (HUBZONE) PROGRAM IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS SUBPART 19.13. Project Name: FY 2010 Road Striping and traffic markings within Lava Beds National Monument. The Solicitation Number for this project is Q8410100A35. The US Department of the Interior, National Park Service, Redwood National Park solicits quotes from SBA-Certified HubZone Small Businesses for a firm-fixed price construction contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to: Repaint all paved road center, fog (edge), and stop bar, crosswalk and one way arrow traffic marking lines, with traffic control, complete and ready for use on approximately 27 miles of roads at Lava Beds National Monument (Tulelake, Siskiyou and Modoc Counties), California. The North American Industry Classification System (NAICS) code for this requirement is 237310, and the small business size standard is $33.5 million. Davis Bacon Wage Determinations will apply. Contract duration is approximately 90 days following notice to proceed. In accordance with FAR Subpart 36.204, the price range for this contract is between $25,000 and $100,000. Bonds will be required as follows: Payment and Performance bonds - 100% of the contract price. The government intends to award for one lump sum without discussion to the responsive responsible bidder with the lowest price. Status as an SBA-Certified HUBZone Small Business Concern is an absolute requirement, and offerors not meeting this criterion will not be further considered. IAW FAR part 9.104-3 the selected offeror must demonstrate the ability to obtain adequate resources and provide a satisfactory performance record prior to award. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. An extract from a previous contract listing locations and quantities for previous work is available by contacting Lyn Giddings at tel (707) 465-7315. This document provides information of the type work required, and is not meant as a requirement list for this project. No site visit is scheduled. Offerors may arrange for a visit by contacting Supt Dave Kruse at tel (530) 667-8101. All Amendments will also be posted to this website. The point of contact for this solicitation is Kay Crowthers, Contracting Officer, Redwood National and State Parks, 1111 Second Street, Crescent City, CA 95531. Email address is Kathryn_crowthers@nps.gov. All SBA-Certified HUBZone Program participants may submit a quote, which if submitted in a timely manner, will be considered. FEDBIZOPPS SEARCH: Once posted, the solicitation can be accessed through www.fbo.gov by searching for "Q8410100A35", and then clicking on the link to the IDEAS-EC website. You may also access the solicitation by going directly to the IDEAS-EC website (http://ideasec.nbc.gov) and searching for it there. After clicking on the link that takes you to the IDEAS-EC website, click on the "Clauses and Attachments" link in the small blue box to access and download the project Specifications, clauses and provisions, bid schedule, wage determinations, and all other supporting documents. Available files to download will be in one, or a combination of, the following formats: HTML, Microsoft Word - 2007, Microsoft Excel - 2007, Portable Document Format (PDF), TXT, JPG, AutoCAD DWG or DWF. Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy. A paper copy of this solicitation will NOT be available to requestors. No oral quotations will be accepted. All quotations must be signed by an authorized company official. Offers may be mailed, e-mailed (preferred), faxed or hand delivered, and are due at the contracting office no later than 4:00 pm Tuesday, August 17, 2010. Address: National Park Service, 1111 Second Street, Crescent City CA 95531 ATTN: Contracting E-mail Address: kathryn_crowthers@nps.gov. Fax (707) 464-5846. Confirmation of delivery is the responsibility of the offeror. Requests for Information: All questions regarding this solicitation must be submitted not later than close of business Wednesday, August 11, 2010 via email to Kathryn_Crowthers@nps.gov. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref:http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or-rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. The Government reserves the right to cancel this announcement and or the solicitation. This announcement does not constitute the solicitation. REGISTRATIONS: Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. In order to receive any contract award, a vendor must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). To register a firm in the CCR system, visit http://www.ccr.gov/. To register a firm in the ORCA system, visit http://www.bpn.gov.The Government reserves the right to cancel this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8410100A35/listing.html)
 
Place of Performance
Address: Lava Beds National Monument1 Indian Way HQTulelake, CA
Zip Code: 963148216
 
Record
SN02221634-W 20100731/100729234805-d720742210a68def01cc183cbee32aee (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.