Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

Z -- NPS NCR NAMA NSTALL SURVEILLANCE CAMERAS AT WWII MEMORIAL

Notice Date
5/26/2017
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NPS, NCR - Regional Contracting Acquisition Management Division 1100 Ohio Drive SW Contracting Anne Washington DC 20242-0001 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01484
 
Response Due
7/12/2017
 
Archive Date
7/27/2017
 
Point of Contact
Murphy, Robert
 
Small Business Set-Aside
Total Small Business
 
Description
5/26/17 National Park Service Office of Acquisition National Capital Region 1100 Ohio Drive Washington, DC 20242 Contracting Officer/POC: Robert Murphy, 202-692-6059, Robert_Murphy@nps.gov ACTION CODE: N/A PROJECT TITLE: NAMA PMIS 223567 ¿ WWII Video Surveillance System PROPOSED SOLICITATION NUMBER: P17PS01484 CLOSING RESPONSE DATE: 7/12/2017 (est.) CONTRACT AWARD NUMBER AND DATE: Number TBD; Date ¿ 7/31/2017 (est.) CONTRACTOR: TBD GENERAL: The National Park Service, Department of Interior, anticipates issuing a solicitation for the following project. 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. It is anticipated that the solicitation will be issued on or around 5/11/17. The entire solicitation package, including all attachments, will be available electronically at www.fbo.gov https://www.fedconnect.net Paper copies of this solicitation will not be made available. PROJECT SCOPE: This project is for the construction and installation of a video surveillance system at the World War II Memorial, part of the National Mall and Memorial Park system. These cameras will be connected to an existing CCTV system. PLACE OF PERFORMANCE: The World War II Memorial is located at: GPS Coordinates: 38.889413, -77.040553 Address: 1750 Independence Ave. SW, Washington, D.C. Nearest Intersection: 17th St. & Independence Ave. SW2 Lincoln Memorial Cir NW, Washington, DC 20037 ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $250,000 and $500,000. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a single firm-fixed price construction contract to meet this requirement. SET-ASIDE: This acquisition has been 100% set-aside for small business concerns. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 238210 and the small business size standard is $15,000,000 PRODUCT SERVICE CODE (PSC): Z2PZ ¿ Repair/alternation of Restoration of Other Monument BONDS: 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. PERIOD OF PERFORMANCE: The contract performance period is expected to be ¬ ¬ ¬ ¬ ¬ ¬ ¬ ¬ ¬120 calendar days following issuance of the Notice to Proceed. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled on or around 6/12/2017. Specific details regarding the site visit will be provided in the solicitation. SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Trade Off. The Government will award contracts resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. SYSTEM FOR AWARD MANAGEMENT: 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01484/listing.html)
 
Record
SN04524742-W 20170528/170526235229-2941c7c4839fe0c4b563ea34a584eaca (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.