Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

C -- Improve Safety and Resources at Brooks Camp by Replacing Road, Barge Landing, and Boat Launch

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
P13PS00172
 
Archive Date
6/20/2013
 
Point of Contact
Evelyn Tate, Phone: (303) 969-2229
 
E-Mail Address
evelyn_tate@nps.gov
(evelyn_tate@nps.gov)
 
Small Business Set-Aside
HUBZone
 
Description
•· 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 Federal Business Opportunities (www.fbo.gov) website. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications and drawings will be available in Adobe PDF format through fbo.gov. Paper copies of this solicitation will not be made available. •· Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities ( www.fbo.gov ) website has an Interested Vendors List and a Watchlist that you can add your company's interest. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit either website periodically to check for amendments and other changes to the synopsis or solicitation documents. •· This synopsis/pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. •· The System for Award Management (SAM). SAM is an on-line system located on the Internet. Prior to SAM, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using SAM, 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.sam.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 SAM when responding to this solicitation. •· You are required to have a DUNS number and an active registration in SAM, System for Award Management ( www.sam.gov ) in order to conduct business with the Federal Government. •· Solicitation Proposed Issue Date: June 20, 2013 •· Title of Project: Improve Safety and Resources at Brooks Camp by Replacing Road, Barge Landing, and Boat Launch •1. Description: Construction of a new roadway to allow access to new barge launch/landing site, including an option to install electrical conduit for future use. •2. Construction of a new barge launch/landing site including: a 186' long "boat ramp", hardened landing for barge launch and retrieval, barge/trailer storage, parking, and support elements for barge and small craft operations including an option to construct an additional 36' of "boat ramp".. •3. Development of materials for concrete and road surfaces from the "5-Mile Pit" to accomplish the above work may be required. •4. An Option for producing or importing an additional 600 Cubic Yards of D1 Fill Material. •5. An Option for regrading of the "wye" camp road (contingent on award of the Option for production of extra fill). •· Type of Procurement: 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 in comparison to its price. •· Estimated price range, $1,000,000 to $1,500,000. •· Time for proposed contract completion date is July 15, 2015. •· Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. •· All responsible HUB-Zone 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 SBA Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. •· In order to be considered for award, all large businesses will be required to submit an acceptable Small, HUBZone Small, Small Disadvantaged, Women-owned, Veteran-Owned Small Business Subcontracting Plan with their proposal. The NPS subcontracting goals for Fiscal Year 2013 for the participation of small businesses at a minimum are as follows: Small Business Concerns - 51.5%; Small Disadvantaged Business Concerns - 5%; Small Women-Owned Business Concerns - 5%; HUBZone Business Concerns - 3%; Veteran-Owned Small Business Concerns - 0%; Service-Disabled Veteran-Owned Business Concerns - 3%. •· 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 SAM/SBA Dynamic Small Business Search).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00172/listing.html)
 
Place of Performance
Address: Katmai National Park & Preserve, King Salmon, Alaska, 99613-0007, United States
Zip Code: 99613-0007
 
Record
SN03081135-W 20130607/130606002326-8063fb9de09cace9f182bcde962c05d1 (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.