Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
SOLICITATION NOTICE

Z -- JEFF 150411Repair Hazardous Cornice and Column Units on Old Courthouse

Notice Date
5/4/2011
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
P11PS00058
 
Response Due
6/21/2011
 
Archive Date
5/3/2012
 
Point of Contact
Patricia J. Auten Contract Specialist 3039876689 patti_auten@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
Total Small Business
 
Description
General: The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described as follows: Repair Hazardous Cornice and Column Units on Old Courthouse at Jefferson National Expansion Memorial in St. Louis, MO. Solicitation Number P11PS00058. PMIS Number JEFF #150411. The offeror selected shall furnish all labor, materials, tools, equipment, management, and expertise necessary to perform all operations required for the successful completion of this project. Description: The work of this contract shall include repairs essential to preserve the Old Courthouse structure, prevent further deterioration of historic fabric caused by water infiltration at the cornice level, and eliminate public safety hazards caused by structural deterioration. The majority of the scope of work will be the repair and/or replacement of approximately 420 cornice stones and 15 column capitals. The replacement stone shall be Indiana Limestone in sizes ranging from 200 lbs to 8,000 lbs per stone. Stone work will include full replacements of existing stones, partial replacements using a structural dutchman repair, patching of existing limestone, and crack repair in existing limestone. Decorative tooling is required at many stones to match historic conditions. Additional work will include paint removal at the existing stonework, brick masonry repointing, bird netting removal and replacement, copper and lead-coated copper flashing fabrications, and re-painting of the new stone elements. The cornice level of the Old Courthouse is approximately 35-40 feet above grade; sophisticated scaffolding systems and hoisting plans will be required. The Old Courthouse is located in downtown St. Louis on a small site which will require careful staging and safety processes; the safety of the public and park employees will be paramount during construction. Type of Acquisition: A negotiated, firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The Government will consider an offeror's technical capability, past performance, and price to determine the best value (trade-off process) to the Government. The NAICS code for this project is 236220, Commercial and Institutional Building Construction, and the small business size standard is $33.5 million. The estimated price range for this contract is between $3,600,000 to $4,600,000. The contract duration is 365 calendar days following the notice to proceed. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov on or about May 19, 2011. Search by referencing the solicitation number (P11PS00058) and/or by the agency (National Park Service). PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Proposal documents will be available for download in one or a combination of, the following formats: Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Free downloads of Adobe "reader" software are available at www.adobe.com. Offeror's wishing to receive electronic notification of changes made to this solicitation will need to register on the NBC web site 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. Both the NBC and the Federal Business Opportunities (FBO) (www.fbo.gov) web sites maintain separate Interested Vendors List/Bidders Mailing List's. Offeror's can add their information to these lists through each of the websites. Potential offeror's 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 solicitation documents, amendments, and associated attachments are available only from the NBC website. Online Representations and Certifications Application (ORCA) is an on-line system that is located on the Internet at https://orca.bpn.gov. 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 records, including archives, by the click of a mouse. The ORCA site can be found by going to https://orca.bpn.gov. If you do not have access to the internet or feel you need internet assistance, please contact the Procurement Technical Assistance Center (PTAC) closest to you. PTAC locations can be found at www.dla.mil/db/procurem.htm. You are strongly encouraged to register in ORCA in responding to this solicitation. Businesses are required to have an active registration in CCR (www.ccr.gov) in order to conduct business with the federal government. This procurement is a Total Small Business Set-Aside. As such, all responsible Small Business sources may submit an offer in response to this solicitation 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 are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net (http://web.sba.gov/subnet), and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search (http://dsbs.sba.gov/dsbs) for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business & HUB Zone firms must be certified in accordance with solicitation clause 52.219-8 -- Utilization of Small Business Concerns (January 2011). Status of firms can be found on CCR's Dynamic SB Search. It is anticipated that a pre-proposal site visit will be scheduled to be held approximately one week after the solicitation is issued. Specific details regarding this meeting will be provided in the solicitation, once posted. The point of contact for this solicitation is Ms. Patti Auten, Contract Specialist, National Park Service, Denver Service Center - Contract Services, P.O. Box 25287, Denver, Colorado 80225-0287; email - patti_auten@nps.gov, phone - (303)987-6689. Responses will be due approximately 30 days following the issuance of the solicitation, once posted. Facsimile or electronic submissions of proposals will NOT be accepted. This pre-solicitation announcement does not constitute a solicitation. End of announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00058/listing.html)
 
Place of Performance
Address: Jefferson National Expansion Memorial, St. Louis County, MO
Zip Code: 631021882
 
Record
SN02439392-W 20110506/110504234529-fc2e012f3f589a819c1ccd36cc1d5acc (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.