Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

Z -- RV SEWERLINE INSTALLATION AND PAVING

Notice Date
7/18/2016
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures 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
P16PS02134
 
Point of Contact
Chico, Elizabeth
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NO. P16PS02134 Pre-Solicitation Announcement NATIONAL PARK SERVICE LASSEN VOLCANIC NATIONAL PARK RV SEWERLINE INSTALLATION AND PAVING The National Park Service (NPS) at has a requirement for RV Sewerline Installation and Paving project located at Lassen Volcanic National Park. The work shall include construction of approximately 190 lineal feet of 6-inch gravity sewer main, including 3 new manholes, one 6-inch cleanout, and asphalt/natural ground surface repairs. The sewer main will connect to an existing 8-inch Tehama County Trunk sewer and be extended to serve five proposed RV stalls. Project also includes bid options for construction of five new RV pads, installation of six water and sewer laterals and the construction of five new electrical pedestals for the five RV pads. The Contractor shall provide all manpower, equipment, testing, and supplies to perform the installation and paving 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. The Contractor shall obtain all necessary permits required to successfully complete the work. The work under the base line item shall include the mobilization of all materials, labor and equipment to the worksite prior to the start of construction necessary for completion of the work; equipment includes, and is not limited to, excavators, loaders, trucks, any other vehicles, pumps, fuel, tools, and incidentals necessary to do the work. The work shall also include cleaning and certification of all required equipment and vehicles as weed and seed free prior to entering park boundaries. The work shall also include final site clean-up following successful completion of the work the demobilization of all materials, labor and equipment from the worksite following the completion of construction. The work under the base line item shall also include materials, labor and equipment costs necessary to construct new gravity sewer piping. Work shall include site clearing & grubbing, removal & disposal of paving, trenching, dewatering, aggregate bedding, compacting, laying of new gravity sewer piping, backfilling and all other incidentals necessary to complete the gravity sewer extension for the RV Park expansion. Excess spoils from associated trenching/earthwork to be hauled to east side of RV area in NPS disposal site. The work under the base line item shall also include all materials, labor and equipment costs necessary to furnish new and install complete three (3) precast concrete manholes. Work shall include excavation, dewatering, aggregate bedding, laying of foundations, backfilling, and all other incidentals necessary to complete install each new manhole. Each manhole is to be supplied and installed complete with frame and cover, polyethylene manhole inserts, cast iron steps, rubber boots, grade rings and other accessories where specified The work under the base line item shall also include all materials, labor and equipment costs necessary to construct new a new 6-inch terminal cleanout on the sewer main per the drawings. Work shall include site clearing & grubbing, removal & disposal of paving, trenching, dewatering, aggregate bedding, compacting, backfilling and all other incidentals necessary to complete the 6- inch terminal cleanout for the project. Excess spoils from associated trenching/earthwork to be hauled to east side of RV area in NPS disposal site. The work under the base line item shall also include materials, labor and equipment costs necessary to repair existing asphalt and natural ground surface repairs per the drawings. Work shall include removal & disposal of existing asphalt paving, trenching, aggregate bedding, compacting, repaving for all areas of the new sewer main construction and all other incidentals necessary to complete the surface repairs for the RV Park sewer extension. Work includes hauling & tipping fees for disposal of paving and excess spoils from associated trenching/earthwork. The work under the base line item shall also include materials, labor and equipment costs necessary to construct new sewer connection to the existing 8-inch Tehama County sewer main as shown on the drawings. Work shall include site clearing & grubbing, trenching, dewatering, aggregate bedding, compacting, placement of new wye connection per the Tehama County requirements and all other incidentals necessary to complete the gravity sewer extension for the RV Park expansion. Work includes payment of the Tehama County Inspection fees required to make the connection. The option line items under this contract include all materials, labor, equipment, and services necessary for construction of five new RV pad sites, new water main line, and water and sewer service laterals to each RV site. Work shall include site clearing & grubbing, removal & disposal of paving and other delirious materials, grading of the RV site pads including excavation and placement of road base and asphalt paving for the new RV pads as shown on the drawings. Work also includes, trenching, dewatering, aggregate base, pipe bedding, compacting, install six gravity sewer laterals from the new sewer main, install cleanout at each RV sewer lateral piping, backfilling and all other incidentals necessary to complete a gravity sewer service for each RV site, including one existing site. Work also includes all labor, equipment, and materials to install a new 2-unch water main in access road and ¾-inch water service and one hose bibb for each of the five new RV sites and one existing RV site. The option line items under this contract also include all materials, labor, equipment, and services necessary for installation of new electric services to the new RV sites including all conduit, wires, panel, pedestals, and other electrical gear and appurtenances as shown on the drawings. Work shall also include all trenching, backfilling and compaction of electrical conduits and coordination and fees for PG&E to temporarily cut power to the existing meter as necessary to make the electrical improvements shown on the plans. Site work is anticipated to begin on or before September 10, 2016 and shall be completed no later than 20 days after contract award. The North American Standard Industrial Classifications System (NAICS) Code for this requirement is 237110, 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 or about August 1, 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 will be 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/P16PS02134/listing.html)
 
Place of Performance
Address: Lassen Volcanic National Park 38050 Hwy 36 E Mineral CA 96063 USA
Zip Code: 96063
 
Record
SN04185717-W 20160720/160718234212-c44cba6eee88023a68130432ca6af6e2 (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.