Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

Y -- REPAVEMENT OF SOUTH SUMMIT LAKE CAMPGROUND

Notice Date
7/7/2016
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NPS, PWR - PORE MABO Point Reyes National Seashore 1 Bear Valley Road Point Reyes Station CA 94956-9703 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01941
 
Point of Contact
Chico, Elizabeth
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NO. P16PS01941 Pre-Solicitation Announcement NATIONAL PARK SERVICE LASSEN VOLCANIC NATIONAL PARK REPAVEMENT OF SOUTH SUMMIT LAKE CAMPGROUND The National Park Service (NPS) at has a requirement for the re-pavement of South Summit Lake Campground located at Lassen Volcanic National Park. The work shall include grinding or pulverizing the existing asphalt pavement of the roads and campsites in the South Summit Lake Campground. Re-grade using existing material and add base rock as needed. Compact surface and repave with new asphalt. Summit Lake is located fifteen miles inside the north entrance of the park. The three campground loops and part of the main road totaling approximately 3,600 linear feet and 16 feet wide, and 49 campsite parking stalls are to be repaved. The elevation is around 6,500 feet. The work will also include grinding, planeing, or pulverizing the existing asphalt pavement of the access trails in the Manzanita Lake Campground. Re-grade using existing material to meet federal accessibility standards (ABAAS). Compact surface and repave with new asphalt. Manzanita Lake Campground is located about three miles inside the north entrance of the park. The trails connecting the three campground loops and the restrooms total approximately 773 linear feet and are to be repaved to a consistent 4 feet wide. The Contractor shall provide all manpower, equipment, testing, and supplies to perform the repavement and related services as identified within the Statement of Work document and any additional documents or requirements. All work shall be performed in accordance with local, state, and federal laws for repavement. The Contractor shall obtain all necessary permits required to successfully complete the work. The work under the base line item shall include mobilization, survey and staking, materials, and testing. The work shall also include pulverizing pavement consisting of pulverizing existing pavement as shown in the documents for main road and loops of South Summit Lake Campground. The work shall also include aggregate base consisting of providing and installing aggregate base per the documents. Grade and compact aggregate base and pulverized pavement material and prepare base for asphalt pavement on the main road and loop of South Summit Lake Campground. The work shall also include bituminous concrete pavement consisting of paving the main road and loop of South Summit Lake Campground with hot asphaltic concrete pavement (HACP) as shown in the documents. The option line items under this contract include mobilization, survey and staking, materials testing, and work elements not included in other Bid Items for Loops C and D of South Summit Lake Campground. The work shall also include pulverizing existing pavement as shown in the documents for Loops C and D of South Summit Lake Campground. The work shall also include aggregate base consisting of providing and installing aggregate base per the documents. The work shall also include grade and compact aggregate base and pulverized pavement material and prepare base for asphalt pavement on Loops C and D of South Summit Lake Campground. The work shall also include bituminous concrete pavement consisting of Pave Loops C and D of South Summit Lake Campground with hot asphaltic concrete pavement (HACP) as shown in the documents. Site work is anticipated to begin on or before September 13, 2016 and shall be completed no later than 60 days after contract award. The North American Standard Industrial Classifications System (NAICS) Code for this requirement is 237310, with a corresponding size standard of $36.5 million in annual gross receipts for the past three years. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. The Request for Quotation (RFQ) will be available on July, 21, 2016 by electronic means only and can be downloaded along with all related attachments from the FedBizOpps website at http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The RFQ will close 30 days from the actual date of issuance. The Contractor is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFQ. An organized Site Visit has been scheduled and the date and time released with the solicitation. The Government intends to award a single, fixed price contract. Award selection will be made on a Best Value determination made after consideration of price and factors other than price. Award is subject to the availability of funding at the time of award. Interested parties may explore the Lassen Volcanic National Park website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/lavo
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01941/listing.html)
 
Record
SN04173547-W 20160709/160707234648-44234a9f5c34920c48ef78f25849a119 (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.