Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2010 FBO #3234
SOLICITATION NOTICE

Z -- Design and Install Fire Suppression Systemand Fire Alarm System

Notice Date
9/30/2010
 
Notice Type
Presolicitation
 
Contracting Office
MWRO - Cultural Resources 601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
N6620100083
 
Response Due
11/15/2010
 
Archive Date
9/30/2011
 
Point of Contact
Diana Vanderzanden Contracting Officer 4026611660 Diana_vanderzanden@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
On or about October 15, 2010, the Department of Interior, National Park Service, Omaha Regional Office intends to issue a Request for Proposal (RFP) N6620100083 for Design and Install Fire Suppression Systemand Fire Alarm System at Sleeping Bear Dunes National Lakeshore, Empire, Michigan. The project will include: Design and Installation of a Fire Suppression System in the Bachelor Officers Quarters in Sleeping Bear Dunes National Lakeshore: including but not limited to: A. Electrical Power and Lighting: Alter existing system as shown on Drawings. B.Fire Suppression Sprinklers: Install fire suppression system. C. Fire Alarm: Alter existing system and add new construction, keep existing in operation. D. Water Service: Provide water service for fire suppression system. RFP ISSUANCE: The anticipated issuance date of the RFP is on or about 15 October 2010 with an anticipated closing date of 15 November 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 15 October 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. This project is being processed in accordance with the Small Business Competitiveness Demonstration Program, Public Law 100-656. Accordingly, it is open to both small and large businesses. The NAICS code is 238220. The Small Business Size Standard is $14 million. Davis Bacon Wage Determinations will apply. SITE VISIT: To be determined. It will be posted either in the solicitation when it issues or by amendment. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000. The applicable NAICS code for this action is 238220 (Plumbing, Heating, and Air-Conditioning Contractors) the Small Business Size Standard for this NAICS is $14 Million, in average gross annual receipts for the past 3 fiscal years. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT), whereas past performance is significantly more important than cost/price. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. 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) Place of Performance: Sleeping Bear Dunes National Lakeshore, Michigan Contracting Office Address: MWRO - OMAHA Regional Office, 601 Riverfront Drive, Omaha, NE 68102 ALL QUESTIONS WILL BE PRESENTED TO THE CONTRACT SPECIALIST ON THIS PROJECT, NOT THE PARK. Point of Contact(s): Diana Vanderzanden Contract Specialist Phone: 402-661-1660 FAX 402-661-1661, Email: Diana_Vanderzanden@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6620100083/listing.html)
 
Place of Performance
Address: Sleeping Bear Dunes National Lakeshore, EmpireMichigan
Zip Code: 496309797
 
Record
SN02303463-W 20101002/100930235934-25ed202995bb7fc873ffa6a163ffafa9 (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.