Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

Z -- Roadway Striping

Notice Date
2/4/2013
 
Notice Type
Presolicitation
 
NAICS
238310 — Drywall and Insulation Contractors
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P13PS00062
 
Archive Date
3/2/2013
 
Point of Contact
ARAGON LIEBZEIT,
 
E-Mail Address
aragon_liebzeit@nps.gov
(aragon_liebzeit@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Yellowstone National Park is seeking small business sources for a construction project entitled: Roadway Striping. The work is located at Yellowstone National Park (Park County Wyoming and Montana and Fremont County Idaho) as well as North and South Bighorn Canyon National Recreation Area (Big Horn County Montana and Big Horn County Wyoming). This will be a firm-fixed-price construction contract solicited as either a standalone contract or multiple award indefinite delivery indefinite quantity (IDIQ) contract based on the results of this notice. Construction magnitude is between $250,000 and $500,000 for each individual requirement. Performance and payment bonds equaling 100% of the contract (or task order) award price will be required. The North American Industry Classification System (NAICS) code for this project is 237310 (Highway, Street, and Bridge Construction) and the associated small business size standard is $33.5 million. This sources-sought announcement is being issued to identify interested small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement for small business. Late responses will not be considered in the procurement strategy. Please provide the following: 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm¿s current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm¿s current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm¿s bonding capacity. 5) A statement of your firm¿s business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), Woman-Owned, etc). Submit this information to Aragon Liebzeit, Contracting Officer, PO Box 168, Yellowstone National Park, WY, 82190 or via email to Aragon_Liebzeit@nps.gov. Your response to this notice must be received, in writing, on or before 3:00PM (local time) on February 15, 2013. Summary Scope of Work The work consists of striping roadways, intersections, crosswalks, and parking areas park wide for each of the aforementioned locations. Contractor shall furnish all labor, equipment, plant, material, supplies and incidentals, and perform all work necessary to complete the road striping including but not limited to flagging and signing. Pavement marking consists of supplying and applying waterborne highway striping and pavement marking material (paint). All old markings not to be restriped shall be removed using methods described in MUTCD-painting with dark paint is not acceptable as a method of removing/covering old markings. At all times the contractor will be required to conduct operations in the least burdensome fashion to avoid inconvenience to the public. Periodic road closures of 30 minutes or less will be permitted when required and approved by the Contracting Officer. No work camps will be permitted. There are no quarters, trailer spaces or campgrounds spaces available within either location. The contractor shall make all arrangements for lodging outside of the park(s). Locations for material storage will be designated by the Contracting Officer. The Contractor shall comply with all legal load and width restrictions in the hauling of materials and equipment. Load restrictions on park roads are identical to the state load restrictions with such additional regulations as may be imposed by the park Superintend. All Contractor vehicles must obtain proper permits to enter the park at no charge. Safety and maintaining the natural surroundings of the parks are of the utmost importance. The Contractor shall comply with all applicable Federal, State, County, and park laws and codes. Due to heavy snow accumulation in the work areas, access to project sites may not be possible between October 1 and June 1. The anticipated time period for work completion is between mid-June and the end of September but is subject to change based on weather conditions and park needs. Click here to see more information about this opportunity on FedConnect https://www.fedconnect.net/FedConnect/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00062/listing.html)
 
Record
SN02978691-W 20130206/130204233919-079293a7ebddf2329a484c955c56f4d6 (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.