Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

Y -- Florissant Fossil Beds National MonumentVisitor Education and Museum/Research Facility

Notice Date
6/10/2011
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
P11PS00310
 
Archive Date
6/9/2012
 
Point of Contact
Susan L. Force Contract Specialist 3039692228 susan_force@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
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 available 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 AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE ACCEPTED. Prospective offerors desiring to conduct business with DOI and download a copy of the solicitation are requested 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). Prospective offerors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Prospective offerors shall also be required to input annual representations and certifications at https://orca.bpn.gov. 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 website (http://ideasec.nbc.gov) for all information relevant to this solicitation. THEREFORE, IT IS THE OFFEROR'S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR ANY AMENDMENTS TO THE SOLICITATION. No other notifications will be sent. SOLICITATION NUMBER: P11PS00310PROPOSED ISSUE DATE: On or about June 24, 2011TITLE OF PROJECT: Visitor Education and Museum/Research Facility, Florissant Fossil Beds National MonumentDESCRIPTION: The project consists of a new 4,422-squarefoot visitor education & museum/research facility. Spaces inside will consist of a reception area, public toilets, exhibit area, paleontology lab, collections storage room, offices and storage. The scope includes demolition of an existing wood frame structure, minor excavation and overlot grading for the new project. Because fossil resources exist across the site, excavation will be limited and the building will feature a slab on grade with frost-protected shallow foundations, which is an unusual system in the United States. The building will be constructed of structural insulated panels (SIPS) with a wood frame roof supporting SIPS roof sheathing. The finished floor will consists of architecturally colored concrete with multiple colors. Two-story stone veneer piers will be constructed as accents around the main entrances. The project has been designed to achieve LEED Gold certification. The certification will be achieved by starting with a well insulated and tightly sealed building shell. The project will utilize passive and active alternative energy systems include daylighting, a radiant floor heating system using evacuated tube solar panels on the roof, a passive solar ventilation system, solar exchange air preheater, and a 10 kW photovoltaic array. In order to achieve the LEED Gold certification, a number of unusual products and procedures must be utilized during construction. The building shell will have to be tight enough to pass the blower door testing. Enhanced commissioning of mechanical systems will be required. Construction will need to utilize the latest sustainable materials and practices. This project includes, to the maximum extent practicable, use of recycled content materials, recovered materials and regional materials, low-emitting adhesives, sealants, paints, coatings, and composite wood products, and construction waste management. Demonstrated expertise with mechanical control systems and sensitivity to the interrelationship of all building components and systems is essential to ensure that the systems function compatibly and collectively to achieve the maximum energy benefits the building is designed to provide. Site work will include site excavation, grading, bringing utilities to the building site, coordination with local utility companies, on-site wastewater system, concrete walls, walkways, native landscaping, miscellaneous site amenities, and parking/roadway construction. The project will have a defined construction time frame. The contractor must be able to coordinate with other contractors under separate contracts, including working with an exhibit fabricator to properly configure the exhibit area, and facilitate installation of exhibits. Water and sewer contractors may be working in the area at times. This project will run for approximately 12 months, from November 2011 - November 2012, however, actual construction period will be variable depending on the contract award date and other possible associated factors. Final contract period of performance will be determined after contract award and Notice-to-Proceed is given. TYPE OF PROCUREMENT: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. All evaluation factors other than price, when combined, are approximately EQUAL in importance to price. In accordance with FAR Subpart 15.300, the government will select the responsible offeror whose proposal represents the BEST VALUE to the government, price and technical and other factors considered. This method permits evaluation of proposals based on price competition, technical merit and other factors; permits impartial and comprehensive evaluation of offerors' proposals; and permits discussions if necessary. The government reserves the right to reject any or all proposals at any time prior to award; to negotiate with any or all offerors; to award the contract to other than the offeror submitting the lowest total price; and to award to the offeror submitting the proposal determined by the government to be the most advantageous to the government. OFFERORS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Therefore, proposals should be submitted initially on the most FAVORABLE terms from price, schedule and technical standpoint. Offerors should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. For inquiries regarding proposal due date or number of amendments issued, contact Jennifer Dansby, Contracting Officer at 303-969-2128; or Susan Force, Contract Specialist at 303-969-2228. ALL TECHNICAL INQUIRIES MUST BE SUBMITTED IN WRITING TO THE ABOVE ADDRESS OR FAXED TO 303-987-6646, ATTN: JENNIFER DANSBY OR SUSAN FORCE, OR VIA E-MAIL TO: jennifer_dansby@nps.gov or susan_force@nps.gov. ANY INQUIRY NOT SUBMITTED IN WRITING WILL NOT RECEIVE A RESPONSE. ALL INQUIRIES MUST BE SUBMITTED AT LEAST 10 DAYS BEFORE PROPOSALS ARE DUE.Estimated price range: $2 million - $3 million.Estimated completion date: November 2012Proposal response date is approximate; the exact due date for proposals will be identified in the RFP.This solicitation is SET-ASIDE for HUBZone certified firms. All responsible HUBZone certified firms may submit an offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00310/listing.html)
 
Place of Performance
Address: Teller County, Colorado
Zip Code: 808160185
 
Record
SN02469657-W 20110612/110610235004-79c938efcebff15404752f90f876eca1 (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.