Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

Z -- Cellhouse (Building 68), Alcatraz Island, Golden Gate National Recreation Area, San Francisco County, San Francisco, CA

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
P15PS01390
 
Point of Contact
Joy Ewalt, Phone: 303-969-2394
 
E-Mail Address
joy_ewalt@nps.gov
(joy_ewalt@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: P15PS01390 Notice Type: Presolicitation ACTION: P - Presolicitation Notice PRE-SOLICITATION NUMBER: P15PS01390 CLASSIFICATION CODE: Z199 - Maintenance, Repair or Alteration of Misc. Buildings CONTRACTING OFFICER: Dave Thomas DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver, CO 80225 POINT OF CONTACT: Patti Auten, Contract Specialist, 303-987-6689, Patti_Auten@nps.gov PLACE OF PERFORMANCE: Cellhouse (Building 68), Alcatraz Island, Golden Gate National Recreation Area, San Francisco County, San Francisco, CA PLACE OF PERFORMNCE POSTAL CODE: 94123-0022 PLACE OF PERFORMANCE COUNTRY: USA TITLE OF PROJECT: Stabilize and Repair the Exterior Walls of the Cellhouse for Visitor/Resource Protection GENERAL: The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a full and open basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fbo.gov. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Drawings and specifications will be available in Adobe PDF format. Planholders must visit the website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please Note: Paper copies of the solicitation will NOT be made available. Prospective offerors desiring to conduct business with the DOI are requested to be registered in the System for Award Management (SAM) at www.sam.gov. Proposed Solicitation Issue Date: on/about the week of July 6, 2015. Responses will be due approximately 30 days following issuance of solicitation. Search by referencing the pre-solicitation number P15PS01390, Department of the Interior, National Park Service. The NAICS Code for this requirement is 238140 size standard $15.0 million. The work under this project consists of stabilization and structural repairs due to corrosion to the historic Cellhouse. Work includes the removal of delaminated concrete, exfoliating steel reinforcing, matching historic concrete patching, installation of cathodic protection and including the following: 1. Repair of exterior of the perimeter concrete walls including parge repair. 2. Repair of selected portions of historic interior concrete walls including the 3. Repair/replace of historic windows and selected historic doors. 4. Hazardous materials abatement. 5. Painting 6. Ceramic tiling The project will be constructed in two Phases (2A & 2B) and both phases will be under a single contract performed at separate times. Phase 2A: Hospital Wing Elevations. Phase 2B: Cellhouse West and South Elevations plus Administration Wing West Elevation. The Contractor will be required to deliver and remove all materials to and from the island. This includes all construction supplies, waste, water, fuel, etc. Restrictions include load limitations on Park roads and Sally Port clearances. The roads on the island have multiple hairpin turns and may preclude some construction equipment. Construction activity will require coordination with public visitation and bird nesting season. Special site restrictions and protections are required during the bird nesting season that occurs between approximately February 1 and September 1. Delivery and mobilization of heavy equipment may be limited by restrictions during bird nesting season. All workers are required to attend an additional natural resource briefing once per month during bird breeding season. Natural resource briefings will be held in conjunction with regularly scheduled safety meetings. Power for the Island is provided by photovoltaic panels on the roof of the Building 68. The contractor shall protect the panels and rinse construction dust and debris from the panels on a monthly basis. Removal and re-installation of historic materials is required. All workers must attend an orientation meeting with Park interpretive staff to review the unique requirements of working on Alcatraz Island, interfacing with the public, and safeguarding natural and cultural resources. The estimated price is between $15,000,000 - $20,000,000 including all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. The work associated with the contract will be completed no later than 365 calendar days after the Notice to Proceed. An additional 365 days will be added to the contract once FY16 funding is received and the appropriate options are elected. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. Site-visit: Details including the date, time, and location will be noted in the solicitation. All responsible sources may submit an offer which, if submitted in a timely manner, 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, 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 at http://www.sba.gov. Responses from Bidders will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. Facsimile offers shall NOT be accepted. The Government reserves the right to cancel this solicitation at any time. This announcement does NOT constitute the solicitation. NOTE: All changes to this notice are shown in Bold type.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P15PS01390/listing.html)
 
Place of Performance
Address: Alcatraz Island, San Francisco, California, 94123-0022, United States
Zip Code: 94123-0022
 
Record
SN03784913-W 20150704/150702235150-1134bc9c458efb7ed813bf5507979707 (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.