Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
MODIFICATION

Y -- Sandy Hook WWTP - Resiliency Measures - Amendment 5 - Amendment 4

Notice Date
7/29/2016
 
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
P16PS00687
 
Response Due
8/1/2016 1:00:00 PM
 
Point of Contact
Philip Robinson, Phone: (303) 969-2137, Frank Camacho, Phone: (303) 969-2344
 
E-Mail Address
philip_robinson@nps.gov, frank_camacho@nps.gov
(philip_robinson@nps.gov, frank_camacho@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFI (Q&A) Addendum 1 for Geo Tech Report SF30 - Amendment 00004 General References SF24 Bid Bond Form Past Performance Questionnaire Hazardous Materials Form Proposed Equals Form Key Personnel Qualifications Subcontractor Reference Experience Questionnaire RFP Cover Letter Amendment 0004 is issued to post remaining Q&A received by the cut off date, and to provide additional attachments for the proposal submission package. ************************************** Amendment 0003 is issued to set a deadline of July 22, 2016 at 3:00pm MT for all questions concerning this solicitation and its requirements. Also, to extend the schedule as required in section L - Subfactor II(b) the project schedule submitted shall reflect the following completion dates per phase: - Demolition Phase and New Treatment Installation Phase shall be complete NLT May 12, 2017. - Trickling Filter No. 1 Conversion Phase and Restoration Phase shall be complete NLT August 31, 2017. The due date for responses to this solicitation remains unchanged. ***************************************** Amendment 0002 is issued to post Q&A's, corrected drawings (sheet C4.0 & C4.1), sign-in sheet, updated wage decision. Contractor's response date for this solicitation is extended five days from August 01, 2016 to August 05, 2016. Both SF-30 forms for Amendment 00001 and Amendment 00002 are posted with this amendment. ****************************************** Amendment 0001 is issued to REMOVE the requirement to RSVP for the site visit being held on July 14, 2016. All interested contractors may show up to the site visit at the designed time on July 14, 2016. In addition, amendment 0001 is also posting the Geotechnical Report, Prior Experience Form, and Past Performance Questionnnaire Form. ****************************************** Notice Change as of June 30, 2016 - This is the Solicitation Posting for the below referenced project. NPS Project: GATE 201037C - Sandy Hook Waste Water Treatment Plant Resiliency Measures. Due date for Contractor Responses to this Solicitation is: August 01, 2016 @ 1:00pm (MT). This will be a Total Small Business Set-Aside. ****************************************** PRE-SOLICITATION ANNOUNCEMENT • PROJECT TITLE: Replace the Sandy Hook Wastewater Treatment Plant, Gateway National Recreation Area, Sandy Hook, New Jersey, Project No. GATE 201037C • GENERAL: The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described below. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued electronically, on or after June 01, 2016, on the Federal Business Opportunities (www.fbo.gov) website. Responses will be due approximately 30 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. During this time between the posting of this pre-solicitation notice and posting of the solicitation no phone calls, faxes, or e-mails will be accepted for inquires or additional information pertaining to this requirement. 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. Paper copies of this solicitation will not be made available. • DESCRIPTION: This project will replace the current wastewater treatment processing equipment with a new packaged treatment system. The existing treatment plant was inundated with floodwater during Superstorm Sandy in October 2012, causing significant damage to the existing mechanical and electrical equipment. Emergency repairs were undertaken to restore treatment operations, however, critical plant components and all of the equipment remain below the required flood elevation. In addition, the entire plant has reached the end of its lifecycle such that even if it were resilient, the entire plant would have to be replaced within a very short period of time. This project will place all critical processing equipment above the required flood elevation with a new integrated fixed film/activated sludge package treatment system. • PROCUREMENT TYPE: 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 Government. • SET-ASIDE TYPE: The anticipated acquisition will be set aside for small businesses. Submissions received from responsible small businesses will be considered. • NAICS CODE: The NAICS code for this project is 237110 and the small business size standard is $36.5 million. • MAGNITUDE: In accordance with FAR 36.204, the project magnitude is estimated to be between $5,000,000 and $10,000,000. • DURATION: The contract duration will be 365 calendar days following the notice to proceed. • SITE VISIT: It is anticipated that a Pre-Proposal Conference/Site Visit will be needed. Specific details regarding this meeting will be provided in the solicitation, once posted. • ADDITIONAL INFO: Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist that you can add your company 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 the website periodically to check for amendments and other changes to the synopsis or solicitation documents. • 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 on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administration's Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. • REQUIREMENTS: 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. Online representations and certifications must also be completed using SAM.gov. End of Announcement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00687/listing.html)
 
Place of Performance
Address: New Jersey, United States
 
Record
SN04202016-W 20160731/160729234908-fe6ecf1d823f5b68ce904d7728e82feb (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.