Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2021 SAM #6988
SPECIAL NOTICE

Z -- Z--HOME - Replace Freeman School Asphalt

Notice Date
1/14/2021 6:51:37 AM
 
Notice Type
Special Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6021R0002
 
Archive Date
02/14/2021
 
Point of Contact
Parizek, Bridget
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Awardee
null
 
Description
POINT OF CONTACT: Bridget Parizek, Contract Specialist, Bridget_Parizek@nps.gov PLACE OF PERFORMANCE: Homestead National Monument of America PLACE OF PERFORMANCE POSTAL CODE: 68310 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Replace Freeman School Asphalt, Homestead National Monument of America (HOME) GENERAL: The National Park Service (NPS), Department of Interior (DOI), is soliciting proposals on a small business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Beta.Sam website at www.Beta.Sam.gov. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.beta.sam.gov without registering. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about January 2021 The NAICS Code for this requirement is 237310 with a size standard of $39.5 million. Description: The purpose of this project is to replace the Freeman School Asphalt. Work consists of a 2 inch mill and a 2 inch overlay on approximately 8000 sf. This road does not have curb and guttering. Work will be located at Homestead National Monument of America in Beatrice, NE. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability in comparison to its price. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT), whereas Technical and Past Performance is significantly more important than cost/price. The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is less than $25,000. This is not the Government Estimate. Estimated Period of Performance: April 2021 Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. No bonds will be required. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 237310 is $39.5 million. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219-8-Utilization of Small Business Concerns. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned 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 at http://www.sba.gov . Contracting Office Address: Midwest Regional Office - MABO 601 Riverfront Drive Omaha, Nebraska 68102 United States Place of Performance: Homestead National Monument of America 8523 West State Highway 4 Beatrice, NE 68310 United States Primary Point of Contact: Bridget Parizek, Contract Specialist Bridget_Parizek@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/997466dbbdf7423cbad87a58cbbba2e4/view)
 
Record
SN05892074-F 20210116/210114230105 (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.