SOLICITATION NOTICE
Y -- Repair Historic Wabash RiverwallGERO 008354
- Notice Date
- 1/25/2010
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, Denver Service Center12795 W. Alameda Parkway Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- N2011101065
- Response Due
- 2/9/2010
- Archive Date
- 1/25/2011
- Point of Contact
- Gregory W. Lengsfeld Contract Specialist 3039692942 gregory_lengsfeld@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
- HUBZone
- Description
- General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. This solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at 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 at the National Business Center. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF, Specifications will be available in Adobe PDF format, and drawings will be available in TIFF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at 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 http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. 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 CCR in order to conduct business with the Federal Government. Proposed Issue Date: On or about February 9, 2010 Title of Project: Repair Historic Wabash River Wall, GERO 008354 Location: George Rogers Clark National Historic Park, Knox County, Indiana Description: The work of this contract consists of replacing the failing Wabash River Floodwall. The 1000 foot long decorative concrete "Wabash River Floodwall" was constructed in 1931 to protect the George Rogers Clark Memorial from flooding by the Wabash River. While the Corps of Engineers does not consider the wall part of their flood protection system, the historic wall continues to provide flood control for the park and functions as a retaining wall to control loss of the George Rogers Clark Historical Park from erosion. The upper portion of the wall (parapet) and adjacent sidewalk have experienced sever deterioration resulting in health and safety concerns and threatens the structural integrity of the floodwall. This project will: 1. Remove the concrete parapet walls and cap. Install new water stop material and reconstruct the parapet to match the original configuration using epoxy coated steel reinforcement.2. Remove deteriorated concrete from around spalled areas and patch. Sound other areas, which appear to be unstable and remove all deteriorated concrete patch. Install stainless steel anchorage to hold newly patched concrete in place.3. Inject polyurethane grout resin into cracks larger than 0.015 inches in width to seal them.4. Clean out and seal control/expansion joints in concrete wall.5. Chemically clean the exposed surfaces of the concrete to remove.efflorescence, soot, graffiti and organic material and create a more uniform appearance.6. Remove the concrete sidewalk and portions of the concrete pavement along the length of the wall and reconstruct to match the original exposed aggregate texture.7. Install subsurface drainage system by the sidewalk and connect to existing storm sewer system. Type of Procurement: A negotiated firm-fixed price contract will be awarded requiring submission of both a technical and a price proposal. The government will consider an offeror's technical capability in comparison to its price. Estimated price range, $ 1.5 Million to $ 4 Million. Time for completion, 250 calendar days after notice-to-proceed. Proposal receipt date is approximately, March 11, 2010; actual date will be established at the time proposal documents are available. Contract award is subject to availability of funds. All responsible HUB-Zone small businesses 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 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 Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business & HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (Jul 2005) (status of firms can be found on CCR's Dynamic SB Search).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101065/listing.html)
- Place of Performance
- Address: George Rogers Clark National Historic ParkVincennes, Knox County, Indiana
- Zip Code: 475911001
- Zip Code: 475911001
- Record
- SN02049205-W 20100127/100125234813-855b9c977828cf4be1a6f3e19b6f239a (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 |