Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOLICITATION NOTICE

Y -- Lassen Volcanic National ParkReplace Non-compliant Water Treatment Plant (HQ)

Notice Date
2/4/2010
 
Notice Type
Presolicitation
 
Contracting Office
PWR - SAMO Santa Monica Mountains NRA 401 W. Hillcrest Drive Thousand Oaks CA 91360
 
ZIP Code
91360
 
Solicitation Number
E8400100041
 
Archive Date
2/4/2011
 
Point of Contact
Gary Kramer Contracting Officer 8053702324 gary_kramer@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
N/A
 
Description
The National Park Service, Lassen Volcanic National Park, has identified a requirement to construct a new water filteration system at park headquarters. The project entails demolition and expansion of portions of an existing water treatment plant, yard piping and connections to existing piping. This RFP will be issued using full and open competition pursuant to Federal Acquisition Regulations (FAR). The Nation Park Service encourages the participation of small business, minority owned business, women owned business, service disabled veteran owned business and Hubzone business concerns. The National Park Service anticipates the award of firm fixed price contract. The solicitation N8400100041will be issued electronically in the Department of Interior (DOI) National Business Center (NBC) website, http://ideasec.nbc.gov approximately 15 days after this announcement. Paper copies of this solicitation will not be made available. Subscribers to this service are ultimately responsible for reviewing the above website for all information relevant to this solicitation. Prospective offerors desiring to conduct business with DOI are requested to register at the Cental Contractor Rregistration (CCR) on the internet at http://www.ccr.gov. Submission date for offers wil be approximately 30 days after issuance of this solicitation. The applicable North American Industry Classification System (NAICS) is 237110 with a size standart for small business of $33.5 million. The magnitude of construction will be between $500,000- $1,000,000. This notice is not the RFP. Price and technical factors are of equal importance, with each comprising 50% of the evaluation. Technical Evaluation Factors: Quality. The Government will assess the quality of each Offeror 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 or a pass/fail basis. An offer is compliant when it manifests the offer's assent to the terms and conditions of the solicitation, including attachments and amendments. Unless this solicitation expressly authorized 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 construction of water treatment plants with designs incorporating filtration systems (microfiltration preferred, reverse osmosis and nanofiltration acceptable) in size and hydraulic, electrical complexity to the proposed facility ranging in product water flows between 50 gallons per minute and 200 gallons per minute. b. Demonstrated experience in the construction of utility buildings with stud wall, plywood sheathing inside; sheathing, weather barrier and fiber cement siding on the outside; cast-in-place concrete foundation. c. Demonstrated experience in incorporating portions of existing utility building construction into new utility buildings construction and general rehabilitation of existing utility buildings. d. Demonstrated experience in working in similar climatic conditions and having successfully completed past projects in the state of California. e. Demonstrated experience in effectively managing construction activities involving subcontractors, labor, materials, and equipment. f. Demonstrated experience using environmentally acceptable methods of construction, construction site storm water management, and job site waste management. 3.) PAST PERFORMANCE. The Government will evaluate past performance as a measure of the degree to which an Offeror satisfies 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 favorable 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: a. The Offeror was capable, efficient, and cooperative during performance as demonstrated by job meetings and correspondence. b. The Offeror performance conformed to the terms of the contract including timely submittals and complete pay requests. c. The Offeror was reasonable and cooperative during performance as demonstrated by price negotiations and change orders. d. The Offeror was committed to customer satisfaction as demonstrated by complete as-builts and O&M manuals and instructional material. e. The Offeror has satisfactorily performed National Park Service, other Federal, State, or Local government construction projects of similar size, scale and complexity. 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. a. Demonstated experience in managing projects and maintaining cost control in past projects of similar size, scope and complexity. b. Demonstrated experience in managing projects and maintaining schedules in past projects of similar size, scope and complexity. c. Demonstrated experience in managing projects within a required Safety Plan and OSHA Standards in past projects of similar size, scope and complexity. d. Demonstrated experience and qualifications as demonstrated by submitted resumes of education and past projects of similar size, scope and complexity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E8400100041/listing.html)
 
Place of Performance
Address: Lassen Volcanic National ParkMineral, CA
Zip Code: 960630100
 
Record
SN02058234-W 20100206/100204235721-b4fa7e2862cd29e9ac5810910501610a (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.