Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

Z -- NHL Hercules Access Improvements

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NPS, PWR - GOGA MABO Building 201, Fort Mason San Francisco CA 94123 US
 
ZIP Code
00000
 
Solicitation Number
P15PS01933
 
Response Due
8/28/2015
 
Archive Date
9/12/2015
 
Point of Contact
Dane Johnson, Phone: (415) 561-4792
 
E-Mail Address
Dane_Johnson@nps.gov
(Dane_Johnson@nps.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Modification/Amendment to add the following description: THIS IS A PRE-SOLICITATION NOTICE for SOLICITATION P15PS01933 – THIS DOES NOT CONSTITUTE THE SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION HAS BEEN ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE. General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described as follows: National Historical Landmark (NHL) Hercules Access Improvements at San Francisco Maritime National Historical Park, San Francisco County, San Francisco, CA 94123. Solicitation Number P15PS01933. PMIS Number is SAFR 158656. The offeror selected shall furnish all labor, materials, tools, equipment, management, and expertise necessary to perform all operations required for the successful completion of this project. Description: This work consists of the removal and disposal of the existing access onto the historic vessel “Hercules”, and installation of a new access system onto Hercules. The access system will consist of gangways, a float, guide piles, stairs and platforms to connect from the existing fixed timber pier onto Hercules. Included are the necessary pier timberwork to close handrails, make changes to existing system to accept the new gangway, and the relocation and temporary berthing of the vessel during construction. Optional work items include the refastening of a Hyde Street Pier bollard and cleat and replacement of the associated blocking and decking. Type of Acquisition: 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, past performance, and price to determine the best value (lowest price technically acceptable process) to the Government in accordance with the procedures outlined in Federal Acquisition Regulations (FAR) Part 15. The NAICS code for this project is 237990, Other Heavy and Civil Engineering Construction, and the small business size standard is $36.5 million. In accordance with FAR Subpart 36.204, the estimated price range for this contract is between $250,000 and $500,000. The contract duration is 123 calendar days from the notice to proceed. All offerors will be required to submit a bid bond for 20% of their total proposed price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. This solicitation will be issued electronically on the Federal Business Opportunities (FBO) website at https://www.fbo.gov, and on the FedConnect website at https://www.fedconnect.net. The solicitation will be posted on or about July 28, 2015. Search by referencing the solicitation number (P15PS01933) and/or by the agency (National Park Service). PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Proposal documents will be available for download in one or a combination of, the following formats: Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Free downloads of Adobe "reader" software are available at www.adobe.com. Potential offeror's will be required to visit either website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Please note that all solicitation documents, amendments, and associated attachments are available only from the FedConnect website. Offerors shall be 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. Offerors will be required to complete Online Representations and Certifications at the SAM website. This procurement has been set-aside under the Historically Underutilized Business Zone (HUBZone) Program. Any responsible HUBZone small business concern 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 are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors at http://www.sba.gov, and to utilize the Dynamic Small Business Search (http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm) for potential subcontractors within these various socio-economic categories. It is anticipated that a pre-proposal conference/site visit will be scheduled to be held approximately two weeks after the solicitation is issued. Specific details regarding this meeting will be provided in the solicitation, once posted. Responses from offerors will be accepted at the address listed in the solicitation in hard copy with the manual signature of the authorized company official. The point of contact for this solicitation is Dane Johnson, Contracting Officer, National Park Service, Golden Gate National Recreation Area – Contracting Department, Building 201, Fort Mason, San Francisco, CA 94123; email – dane_johnson@nps.gov, phone - (415) 561-4792. Responses will be due approximately 30 days following the issuance of the solicitation, once posted. Facsimile or electronic submissions of proposals will NOT be accepted. This pre-solicitation announcement does not constitute a solicitation. End of announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS01933/listing.html)
 
Place of Performance
Address: San Francisco Maritime National Historical Park, Hyde Street Pier, San Francisco, California, 94123, United States
Zip Code: 94123
 
Record
SN03795579-W 20150716/150714234811-43e40e71307de5206ee1ae366ee57e9d (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.