Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2010 FBO #2966
SOLICITATION NOTICE

Z -- TAS::14 1041::TAS RECOVERY PARK XXXX, PMIS XXXXX. Install Gates or Otherwise Close Abandoned Mines to Protect Visitors and Preserve Resource Habitat.

Notice Date
1/5/2010
 
Notice Type
Presolicitation
 
Contracting Office
DSC-CS Contracting Services Division National Park ServiceP.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
1443N2011101085
 
Archive Date
1/5/2011
 
Point of Contact
Mary E. Pacheco Contract Specialist 3039692167 mary_pacheco@contractor. nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
TAS::14 1041::TAS RECOVERY PARK XXXX, PMIS XXXXX. The National Park Service (NPS), Denver Service Center, 12795 West Alameda Parkway. P.O. Box 25287, Denver, CO 80225 anticipates awarding multiple IDIQ Contracts to Install Gates or Otherwise Close Abandoned Mines to Protect Visitors and Preserve Resource Habitat and to Mitigate Safety Hazards. The work will take place in multiple parks within the Pacific West Region and Intermountain Region. This project has been approved for funding under the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the Act. General: The National Park Service (NPS), Department of Interior, will be soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the U.S. Federal Business Opportunities (FBO) and Department of Interior's National Business Center (NBC) websites, at www.FedBizOpps.gov and http://ideasec.nbc.gov. Paper copies of this solicitation will not be made available. Prospective offerors desiring to conduct business with DOI are requested to register on both websites. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at www.FedBizOpps.gov and http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the websites for all information relevant to this solicitation and periodically checking for amendments and other changes to the contract documents. No other notifications will be sent. Description of Work: Work will include one or more of the following: installation of bat compatible gates and other types of wildlife permitting closures, backfilling using on-site or other materials, plug closure using Polyurethane Foam (PUF), and installation of fencing. Eighteen standard closure types will be matched to specific abandoned mine openings. Work will be conducted in a variety of settings, with various risks that necessitate careful execution of mine closure activities. Many of these AML sites are remote which will, in some cases, make access difficult. In certain cases, the NPS may uphold and enforce limitations on what types of vehicles and equipment can be taken to a job site, especially in the case of wilderness areas. Work will occur in the Pacific West and Intermountain Regions of the National Park Service (please go to www.nps.gov for further information regarding the geographical extent of this work). The NPS seeks interest from firms who have extensive experience with mine closure activities. TYPE OF PROCUREMENT: NPS anticipates competing and awarding multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts under competitive 8(a) procedures to satisfy this need. The NPS anticipates competing individual task orders for each project among all successful contractors awarded a contract under this solicitation. Individual task orders will provide information regarding site location, required end product results, site restrictions and/or limitations, and required closure types for each AML feature. Site visits will be highly encouraged. The term of the IDIQ contract shall be five years with a maximum deliverable to each firm not to exceed $6,000,000.00 per year. There is a $25,000.00 guaranteed minimum extended to each firm selected which applies to the first year only. The NAICs codes for this procurement are 238190 and 238910. The small business size standard is $14M. The solicitation will be posted to Federal Business Opportunities and IDEAS/EC on or about February 1, 2010 with a response date of 30 days thereafter. Payment and Performance bonds will be required on a per task order award. The Small Business Administration (SBA) has recently raised the maximum contract amount that can be covered by an SBA guaranteed surety bond from $2 million to $5 million. Small businesses can find further information regarding SBA bonding on www.SBA.gov. All responsible 8(a) sources may submit an offer that 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, 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 office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Additional Info: Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site not only benefits the contractor by allowing them to maintain an accurate and complete record but also the Contracting Officer as they can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in the Central Contractor Registration at www.CCR.gov in order to conduct business with the Federal Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/1443N2011101085/listing.html)
 
Place of Performance
Address: National Park Service, Pacific West Region and Intermountain Region.
Zip Code: 80225
 
Record
SN02035308-W 20100107/100106000521-cf1fe89c64743d426b621e736ee3bd55 (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.