Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

Z -- Halstead Meadow Restoration, Earthmoving

Notice Date
10/20/2010
 
Notice Type
Presolicitation
 
Contracting Office
PWR - SEKI Sequoia/Kings Canyon NP 47050 General Grants Highway Three Rivers CA 93271
 
ZIP Code
93271
 
Solicitation Number
N8558110400
 
Archive Date
10/20/2011
 
Point of Contact
Katherine H. Hoover Contract Specialist 5595653180 katie_hoover@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
Hubzone set-asideNAICS Code: 238910 with a size standard for small business of $14.0 Million General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications and drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at http://ideasec.nbc.gov. This 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 http://ideasec.nbc.gov site for all information relevant to this solicitation. The Federal Business Opportunities (FedBizOpps.gov or www.fbo.gov) website also has a Interested Vendors List and a Watchlist that you can add your company's interest. Plan holders will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all amendments and attachments are available only at the National Business Center's website. Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the Federal Government. Proposed Solicitation Date: 15 days (estimate)Anticipated Award Date: February 2011 (estimate)Title of Project: Halstead Meadow Restoration, EarthmovingNAICS Code: 238910 with a size standard for small business of $14.0 MillionSite Visit will be November 18, 2010. Further details will be provided with the solicitation. Please note this is a tentative date as weather conditions may affect the date. Description: The objective of the project is to restore portions of the Halstead Meadow including hydrologic regime and wetland functions to what existed prior to severe erosion and environmental degradation. The environmental degradation associated with this site includes: cut banks and associated highwalls, erosion, sediment deposition, and channel degradation. The major components of work to be accomplished under these specifications include the following: Mobilization, Construction of the Staging Area, Construction of access routes, Diversion of Halstead Meadow stream flow around the project area, Mixing, placement and compaction of backfill material (mineral material and wood chips) from off-site borrow areas to the Halstead Meadow erosion channel, Excavation, placement, and compaction of backfill material from on-site borrow areas to the Halstead Meadow erosion channel, Removal of small erosion channels and associated piping, Salvage of topsoil, wetland sod, and willows from areas to be backfilled, Placement of erosion control blanket, Placement of prevegetated coir matting, Site clean-up and Demobilization. Type of Procurement: A negotiated firm-fixed price contract is contemplated and requires submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. Award of this contemplated contract is subject to availability of funding. Estimated Magnitude: $250,000 to $500,000.Period of Performance: August and September 2011 (on-site)Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. Offeror's will have 30 calendar days from issuance of the solicitation to submit proposals. All responsible hubzone sources may submit an offer that will be considered. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors, (large or small) are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns and 52.219-9 -- Small Business Subcontracting Plan (status of firms can be found on CCR's Dynamic Small Business Search).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N8558110400/listing.html)
 
Place of Performance
Address: Sequoia and Kings Canyon National ParkTulare County, CA
Zip Code: 93271
 
Record
SN02313792-W 20101022/101020233842-cb24c662adb4dd28a2e20348a0c85dfc (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.