Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

Z -- BOST 150950 Abate Asbestos in Utility Tunnel and Rehabilitate Water Mains at Boston National Historical Park, Charlestown Navy Yard, in Suffolk County, Massachusetts

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures 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
P13PS00738
 
Point of Contact
Robin Fuchs, Phone: (303) 969-2841
 
E-Mail Address
robin_fuchs@nps.gov
(robin_fuchs@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
This pre-solicitation notice has been updated (as of 6-26-13) to reflect revised solicitation posting date and additional pre-proposal conference/site visit information. Abate Asbestos in Utility Tunnel and Rehabilitate Water Mains Boston National Historical Park Charlestown Navy Yard Suffolk County, Massachusetts PMIS No. BOST 150950 PRE-SOLICITATION ANNOUNCEMENT • General: The National Park Service, Department of Interior, will be soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on or after July 1, 2013, 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 and FedConnect. Paper copies of this solicitation will not be made available. • Title of Project: Abate Asbestos in Utility Tunnel and Rehabilitate Water Mains at Boston National Historical Park, Charlestown Navy Yard, Suffolk County, Massachusetts, PMIS No. BOST 150950 • Description: The work of this contract consists of (1) Abate asbestos and remove hazardous obstacles from the utility tunnel. (2) Replace the water main and all water distribution pipes in the park, and (3) Replace the crumpling sidewalk which acts as a roof to the utility tunnel. The tunnel area must be decontaminated of asbestos fibers before any other work can begin. The abandoned gas and steam pipes and other turn of the century utilities will be removed from the tunnel along with the 16 inch water main. Minor repairs will be made to the tunnel walls. A temporary water feed will supply water to the park assets during the construction. All work will be performed under a single contract. • 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 to determine the best value (trade-off process) to the governement. • This procurement is being offered as a full and open competition. All responsible sources may submit an offer that will be considered. • The NAICS code for this project is 237110 and the small business size standard is $33.5 million. • In accordance with FAR 36.204, the project magnitude is estimated to be between $1,000,000 and $5,000,000. • The contract duration is 425 calendar days following the notice to proceed. • The anticipated solicitation issue date is currently July 1, 2013. Responses will be due approximately 30 days following the issuance of the solicitation, once posted. Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. This pre-solicitation announcement does not constitute a solicitation. • A PRE-PROPOSAL CONFERENCE/SITE VISIT is being scheduled for July 10, 2013 at 9:00 am ET for all interested parties. Additional details regarding this meeting, including required RSVP information will be provided in the solicitation, once posted, in Section L, Clause 52.236-27 Alt I, Site Visit (Construction). • Vendors can search for opportunities and award history on fbo.gov and FedConnect 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 to. 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. • Vendors must register via the FedConnect website prior to submitting proposals through the site. Instructions on how to submit your proposal electronically can be found in the FedConnect Ready, Set, Go! Document, which is located at https://www.fedconnect.net/FedConnect/PublicPages/FedConnect_Ready_Set?Go.pdf. Additional technical assistance can be obtained by emailing the FedConnect Help Desk personnel at support@fedconnect.net or 1-800-899-6665. 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. • Online Representations and Certifications Application (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 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. • 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. • 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 - 52%; Small Disadvantaged Business Concerns - 16%; Small Women-Owned Business Concerns - 7%; HUBZone Small Business Concerns - 7%; Veteran-Owned Small Business Concerns - 0%; Service-Disabled Veteran-Owned Business Concerns - 3%; 8(a) concerns - 8%. • 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). • For questions please contact the Contracting Officer, Ms. Robin Fuchs, preferably via email at robin_fuchs@nps.gov or alternatively by telephone at (303)969-2841. End of Announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P13PS00738/listing.html)
 
Place of Performance
Address: Boston National Historical Park, Charlestown Navy Yard, Suffolk County, Massachusetts, Boston, Massachusetts, 02109, United States
Zip Code: 02109
 
Record
SN03099901-W 20130628/130626234723-d6f5463700f1176df925a74657e52077 (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.