Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

Z -- Northern Intermountain Region Construction Multiple Award Task Order Contract (

Notice Date
4/23/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NPS, IMR - Northern Rockies MABO PO Box 168 Mammoth Supply Center / 22 Stable St Yellowstone NP WY 82190 US
 
ZIP Code
00000
 
Solicitation Number
140P1418R0003
 
Response Due
5/7/2018
 
Archive Date
5/22/2018
 
Point of Contact
Woodin, Mary
 
Small Business Set-Aside
Total Small Business
 
Description
PROJECT TITLE: 140P1418R0003 Rocky Mountain Construction Multiple Award Task Order Contract (MATOC) GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for a Multiple Award Task Order Indefinite Quantity/Indefinite Delivery. 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 May 7, 2018. The entire solicitation package, including all attachments, will be available electronically at: www.fbo.gov and https://www.fedconnect.net. Paper copies of this solicitation will not be made available. PROJECT SCOPE: General construction services, to include but not be limited to: construction services to repair or rehabilitate historic and non-historic structures in addition to a minimal amount of new construction for project types inclusion of Site Utilities (water, sewer, gas, electric, communications), Site Improvements (trail, fence, grading, concrete work, landscaping), Water & Wastewater, Roadway (bike, roadway, signage, striping), Fire & Safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables). The project examples are to include: renovations of historic and non-historic maintenance shops, visitor centers, fee stations, and other buildings; upgrades to electrical, water and sewer systems and facilities; rehabilitation and installation of fire suppression systems and safety systems; parking lot and road paving, HVAC replacement; roof replacement; and water, sewer and gas tank construction. There may be minimal incidental design. PLACE OF PERFORMANCE: NPS units within the Intermountain Region, which includes locations in Montana, Wyoming, Utah and Colorado. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, he minimum and maximum values for a single task order are $2,000 and $2 million, respectively. The maximum value for all task order awards under awarded under the solicitation will not exceed $40 million over the life of the contract. The minimum guaranteed order for each contract is one (1) task order valued at $2,000, which will be made at the time of award. The overall ceiling rate for all contracts is $40,000,000. SET-ASIDE: This acquisition has been 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 236220 and the small business size standard is $36,500,000 PRODUCT SERVICE CODE (PSC): Z2AZ, Repair or Alteration of Other Administrative Facilities and Service Buildings PERIOD OF PERFORMANCE: The contract performance period is expected to be one (1) base year and four (4) additional annual ordering periods, for a total of five (5) years. 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) at time of award. Online Representations and Certifications at the SAM website. The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for a Multiple Award Task Order Indefinite Quantity/Indefinite Delivery. General construction services, to include but not be limited to: construction services to repair or rehabilitate historic and non-historic structures in addition to a minimal amount of new construction for project types inclusion of Site Utilities (water, sewer, gas, electric, communications), Site Improvements (trail, fence, grading, concrete work, landscaping), Water & Wastewater, Roadway (bike, roadway, signage, striping), Fire & Safety, Building exterior, Building interior, HVAC, Electrical, Plumbing (MEP), Sustainability (energy efficiency, renewables). The project examples are to include: renovations of historic and non-historic maintenance shops, visitor centers, fee stations, and other buildings; upgrades to electrical, water and sewer systems and facilities; rehabilitation and installation of fire suppression systems and safety systems; parking lot and road paving, HVAC replacement; roof replacement; and water, sewer and gas tank construction. There may be minimal incidental design.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P1418R0003/listing.html)
 
Record
SN04898243-W 20180425/180423230806-ece277491984d09c578dcabb2ca64d90 (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.