SOLICITATION NOTICE
S -- S--Wastewater Removal and Water Deliveries at Alcatraz Island within Golden Gate N
- Notice Date
- 5/5/2025 11:24:44 AM
- Notice Type
- Presolicitation
- NAICS
- 562211
— Hazardous Waste Treatment and Disposal
- Contracting Office
- PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
- ZIP Code
- 94104
- Solicitation Number
- 140P8625R0004
- Response Due
- 5/20/2025 2:00:00 PM
- Archive Date
- 09/30/2025
- Point of Contact
- Gomez, Liset, Phone: 4152655650
- E-Mail Address
-
Liset_Gomez@nps.gov
(Liset_Gomez@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Wastewater Removal and Water Deliveries at Alcatraz Island within Golden Gate National Recreation Area, San Francisco County, California. NATIONAL PARK SERVICE GOLDEN GATE NATIONAL RECREATION AREA RFP No. 140P8625R0004 PRE-SOLICITATION ANNOUNCEMENT Wastewater Removal and Water Deliveries at Alcatraz Island within Golden Gate National Recreation Area, San Francisco County, California. The National Park Service (NPS) at Golden Gate National Recreation Area (GGNRA) at Alcatraz Island has a requirement for daily removal of wastewater and, delivery and testing of potable water, as well occasional additional removal of unanticipated excess quantities of wastewater or the need for unanticipated excess quantities of potable water. The Contractor shall provide all supervision, labor, equipment, testing and supplies necessary to complete the work as identified in the performance work statement and associated documents provided as attachments to the solicitation. Contract work includes: wastewater removal, portable water deliveries, water treatment specialist, and emergency calls. All work shall be performed in accordance with local, state, and federal laws. The Contractor shall obtain all necessary permits required to successfully complete the work. The North American Industry Classification System (NAICS) Code for this requirement is 562211 with a corresponding size standard of $47million in annual gross receipts for the past three years. This acquisition is a Total Small Business Set-Aside. Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall not be considered. The Request for Proposal (RFP) will be available on/about May 20, 2025 by electronic means only and can be downloaded along with all related attachments from the Contracting Opportunities website at www.sam.gov. The RFP will close 30 days from the actual date of issuance. The offeror is responsible for periodically checking the website for any Amendments that may be issued prior to the closing date of the RFP. The Government intends to award a single, firm-fixed-price contract. Evaluation for award will be made in accordance with the negotiated acquisition procedures outlined in FAR Part 15. Award selection will be made on a Best Value determination made after consideration of price and factors other than price (Technical Capability and Past Performance) as listed in Instructions for the submission of Offers and Other Information of the Request for Proposal. An organized site visit will be scheduled. While not mandatory, offerors are urged and expected to inspect the site where the work will be performed. See the RFP (when issued) for more information regarding the date, time, and location of the site visit.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a223b5a5a6f942ac8a63b8754726c935/view)
- Record
- SN07430659-F 20250507/250505230040 (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 |