Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2008 FBO #2238
SOLICITATION NOTICE

Z -- Repave Roads and Trails at John Muir National Historic Site

Notice Date
1/10/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - PWRO Pacific West Regional Office-Oakland National Park Service 1111 Jackson Street, Suite 700 Oakland CA 94607
 
ZIP Code
94607
 
Solicitation Number
N8510080001
 
Response Due
2/27/2008
 
Archive Date
1/9/2009
 
Point of Contact
Joel R. Simmons Contracting Officer 5108171382 joel_r_simmons@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
NOTICE: 100% SERVICE DISABLED VETERAN-OWNED SET-ASIDE. Numbered Note 29. Project Name: Repave Roads and Trails at the John Muir National Historic Site. The Solicitation Number for this project is N8510080001. The US Department of the Interior, the National Park Service, Pacific West Regional Office is soliciting proposals from qualified Service Disabled Veteran Owned firms for a firm-fixed-price construction contract to furnish all labor, materials, equipment and expertise necessary to perform all operations required for the successful completion of the above named project. Work includes, but is not limited to: Pulverizing, mixing and recompacting of existing road and trail pavement; resurfacing with hot mix asphalt concrete and chip seal. Chip seal and re-striping the parking lot. Replacing concrete at the east entrance to the Muir House. There are nine (9) bid items; the ninth one is alternate bid to substitute material in bid items 4, 5, and 7with a non-petroleum base resin pavement. Bid items are: BID ITEM NO. 1 - Roadway Scarification and Pulverizing - This bid item consists of all material, labor and equipment necessary to perform cold in-place recycling of existing pavement for roads and trails. BID ITEM NO. 2 - Aggregate Base Course - This bid item consists of all material, labor and equipment necessary to prepare aggregate base course. BID ITEM NO. 3 - Bituminous Concrete Pavement - 2.5 inch - This bid item consists of all material, labor and equipment necessary to repave trails with 2.5 inch thickness pavement, including application of prime coat, seal coat and cover aggregate. BID ITEM NO. 4 - Bituminous Concrete Pavement - 4 inch - This bid item consists of all material, labor and equipment necessary to repave roads and new parking space with 4 inch thickness pavement, including application of prime coat, seal coat and cover aggregate. BID ITEM NO. 5 - Bituminous Seal Coat - Parking lot - This bid item consists of all material, labor and equipment necessary to place bituminous seal coat and cover aggregate over main parking lot. BID ITEM NO. 6 - Traffic Marking - This bid item consists of all material, labor and equipment necessary to apply traffic marking as current condition in main parking lot. BID ITEM NO. 7 - Muir House Concrete Walk - This bid item consists of all material, labor and equipment necessary to remove existing concrete walk and replace with new and enlarged concrete walkway, including reinstall wheel chair lift and electrical connection. BID ITEM NO. 8 - Visitor Center Patio - This bid item consists of all material, labor and equipment necessary to place concrete patio including brick paving. BID ITEM NO. 9 - ALTERNATE BID - This alternate bid item is to replace the same scope of work in bid items no. 4, 5 and 7 with the substitution of non-petroleum base resin in place of bituminous concrete pavement and concrete walkway to east entrance of Muir House, per notes on drawings. The NAICS code for this project is 237310 and the small business size standard is $31.0 million. Contract duration is 60 calendar days following notice to proceed. In accordance with FAR Subpart 36.204, the price range for this contract is between $250,000 and $500,000. This is a "Best Value" negotiated procurement: The best value determination will be made on the basis of (1) quality and (2) price, as defined below: A) Quality. The Government will assess the quality of each offer on the basis of the following significant sub-factors, listed in descending order of relative importance: 1) Compliance with solicitation requirements, 2) Relevant Experience, 3) Past Performance, and 4) Key Personnel. The Government will use its assessment of quality as a basis for comparing offerors to determine best value. 1) Compliance with the solicitation requirements. The Government will determine the compliance of each offer on a pass/fail basis. An offer is compliant when it manifests the offeror's assent to the terms and conditions of the solicitation, including attachments and amendments. Unless this solicitation expressly authorizes alternate proposals with respect to specific terms or conditions, any objection to any of the terms and conditions of the solicitation will constitute a deficiency which will render the offer noncompliant. The Government reserves the right to change the terms and conditions of the solicitation by amendment at any time prior to the source selection decision. 2) Relevant Experience. Experience is the direct participation in comparable projects, including, but not limited to: a. Demonstrated experience in the successful application of in-situ roadway scarification and pulverization; and flexible pavement construction. b. Demonstrated experience in the successful development, implementation and maintenance of detailed, critical path scheduling of essential construction tasks. c. Demonstrated experience working in protected or environmentally sensitive areas. d. Demonstrated experience using environmentally acceptable methods. 3) Past Performance. The Government will evaluate past performance as a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, State, and Local laws and regulations. In the case of an offeror who states they have no record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. The Government may contact sources listed by Offeror and/or other sources of information including, but not limited to, Federal, State and Local governments, better business bureaus, published media and electronic databases to determine if they believe that: (1) the offeror was capable, efficient and effective; (2) the offeror's performance conformed to the terms and conditions of its contract; (3) the offeror was reasonable and cooperative during performance. (4) the offeror was committed to customer satisfaction (5) the offeror satisfactorily performed Federal, State or Local government contracts. 4) Qualifications and Experience of Key Personnel. The Government will evaluate key personnel qualifications and experience based on scope, magnitude, and relevance to the work that will be required under this contract. The Contractor shall submit an organizational chart displaying key personnel involved in this project and their respective positions and disciplines. The Contractor shall immediately and expressly notify the CO of any changes in critical Contractor personnel. Critical Contractor personnel consist of all on-site personnel, any direct charge personnel, and any others in a management role. The Contractor shall obtain CO approval of any proposed changes in contract personnel along with the steps taken/proposed to ensure there are no impacts to the schedule or ability to maintain performance level associated with individual responsibilities. The Contractor shall identify to the CO all subcontractors to be used, prior to signing any contract or initiating any work. The Contractor shall provide subcontractor qualifications to the CO prior to subcontractor utilization. B) Price. The Government will evaluate the reasonableness of the price of each compliant offer in relation to the offeror's relative quality. All evaluation factors and significant sub-factors other than cost or price, when combined are equally as important as cost or price. A site visit will be scheduled for all interested and qualified parties with the time and date to be announced in the solicitation. The Solicitation and attachments will be posted electronically on or about January 28, 2008 at the following website: www.fedbizopps.gov. (See FEDBIZOPPS SEARCH, below). All Amendments will also be posted to this website. Responses will be due approximately 30 days following the date of posting of the solicitation unless extended. FEDBIZOPPS SEARCH: Search by referencing the solicitation number (above), Department of the Interior, National Park Service. Individual requests for solicitation packages will NOT be accepted and no packages are available in hard copy. The point of contact for this solicitation is Joel Simmons, Contracting Officer, National Park Service, PWRO, 1111 Jackson Street, Suite 700, Oakland CA 94607. Email address is joel_r_simmons@nps.gov. All qualified Service Disabled Veteran-Owned sources may submit a quote, which if submitted in a timely manner, will be considered. In order to download a copy of the solicitation, vendors will be asked to register their company with the electronic commerce website. Be prepared with your company's DUNS number, available from Dun and Bradstreet at 1-888-546-0024, and your Federal Tax Identification Number (TIN). All vendors should pre-register to save time, by logging onto the Central Contractor Registry (CCR) at the Internet site at http://www.ccr.gov. Available files to download will be in one, or a combination of the following formats: HTML, Microsoft Word - 2002, Microsoft Excel - 2002, Portable Document Format (PDF), or AutoCAD DWG or DWF. Responses from Offerors will be accepted in hard copy format only, at the address of the point of contact stated earlier in this announcement. The Government reserves the right to cancel this announcement and or the solicitation. This announcement does not constitute the solicitation. End of Announcement.*****
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2795108)
 
Place of Performance
Address: John Muir National Historic Site, Martinez, CA
Zip Code: 94553
Country: USA
 
Record
SN01483135-W 20080112/080110224756 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.