Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

Y -- Y--Rehabilitate Wastewater System, LEWI

Notice Date
7/10/2020 12:28:48 PM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
PWR OLYM MABO(83000) PORT ANGELES WA 98362 USA
 
ZIP Code
98362
 
Solicitation Number
140P8320R0005
 
Archive Date
09/30/2020
 
Point of Contact
Fuller, Phaedra
 
E-Mail Address
Phaedra_Fuller@nps.gov
(Phaedra_Fuller@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a pre-solicitation notice that Request for Proposals (RFP), Solicitation no. 140P8320R0005 will be posted on approximately July 24, 2020. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed specifications to construct a new 5,000 gallon per day wastewater collection, treatment and disposal system to serve the Fort Clatsop Visitor Center and Administration Building within Lewis & Clark National Historical Park in Astoria, Oregon. Additional details will be provided in the project specifications and plans posted with the solicitation. A payment bond (100%) and performance bond (100%), and liability insurance will be required prior to contractor performance. ************PROJECT LOCATION. The project is located at the Fort Clatsop Visitor Center within Lewis & Clark National Historical Site, 92345 Fort Clatsop Road, Astoria, Oregon 97102. The Visitor Center is located at Fort Clatsop Road approximately 2 miles south of Warrenton, Oregon. Driving directions are available at this website address: https://www.nps.gov/lewi/planyourvisit/directions.htm. ************SITE VISIT. A group site visit will occur at 1pm (PST) on August 11, 2020 meeting at the front entrance of the Fort Clatsop Visitor Center. Whichever COVID-19 phase Clatsop County Oregon is in at the time of the site visit, we will be following the state and local protocols for masks and social distancing. Information for Oregon Counties can be found here: https://govstatus.egov.com/or-covid-19. Please limit attendance to no more than two people per company/interested party. Send RSVP email no later than July 7, 2020 to Phaedra_Fuller@nps.gov, providing attendee name(s) and mobile phone number(s). Full details of site visit information will be provided in Section L of the solicitation when it is posted (look for the ""terms-clauses"" document). Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored. ************DETAILS. This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR 19.5. The NAICS code for this project is 237110, Water and Sewer Line and Related Structures Construction, with an associated small business size standard of $36.5 million, average annual gross receipts for the past five years. All work will be performed under a single firm-fixed price construction contract subject to the Wage Rate Requirements (construction), formerly known as the Davis-Bacon Act. The contractor will have approximately 9-1/2 months to complete the project upon award of the contract, including time for a seasonal shutdown period if that becomes necessary. The magnitude of this construction project is between $500,000 and $1,000,000, a range established in FAR 36.204 and is not the Government's estimate. ************The RFP and future amendments will be posted in the Contracting Opportunities section of www.beta.SAM.gov. Responses will be due approximately 30 days after the RFP is posted, unless extended. The entire solicitation package, including specifications, wage rates, plans, and other documents will be in Microsoft Word Adobe PDF. Offerors will submit their proposals in digital format per instructions included in Section L of the solicitation. The RFP will require offerors to submit both a technical and a price proposal; the government will consider an Offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Proposals are due by the date and time specified in Block 13 of the Standard Form 1442 or as started in the most recent amendment (SF-30). Special instructions related to bid bond timely submission will be in Section L of the solicitation (in the ""terms-clauses"" document). ************Prospective offerors must visit www.beta.SAM.gov periodically to check for amendments and other changes to the solicitation documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however, offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will be not be considered for award. ************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 (large or small) are strongly encouraged to contact their local Small Business Administration (SBA) office, to post their need for qualified subcontractors on SUB-Net accessed at https://web.sba.gov/subnet/, and to utilize the SBA Dynamic Small Business Search for potential subcontractors with these various socio-economic categories, accessed at https://web.sba.gov/pro net/search/dsp_dsbs.cfm. ************Questions pertaining to this solicitation shall be submitted in writing to Phaedra Fuller, Contracting Officer, at Phaedra_Fuller@nps.gov and include solicitation number 140P8320R0005 in the subject line of the email. ************The Government reserves the right to cancel this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc697004dee24aea9f89fa2c2595cb21/view)
 
Place of Performance
Address: Fort Clatsop Visitor Center, 94345 Fort Clatsop Road, Astoria, OR 97102, USA
Zip Code: 97102
Country: USA
 
Record
SN05717620-F 20200712/200710230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.