Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2010 FBO #3042
MODIFICATION

J -- NATIONAL PARK SERVICE, NORTHEAST REGION, MULTIPLE AWARD CONSTRUCTION CONTRACT

Notice Date
3/22/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - Acquisition Philadelphia Office National Park Service200 Chestnut Street, 3rd Floor Philadelphia PA 19106
 
ZIP Code
19106
 
Solicitation Number
N1770108896
 
Response Due
4/12/2010
 
Archive Date
3/22/2011
 
Point of Contact
Patricia Hemingway Contractor - Contract Special 2155970259 patricia_hemingway@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
N/A
 
Description
THIS MODIFICATION CHANGES THE CLASSIFICATION CODE FROM "C' to "J". Description of Advertised Solicitation Solicitation No: N1770108806Title: National Park Service, Northeast Region Multiple Award Construction Contract Location: National Park Service's Northeast Region consisting of Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, Vermont, New Jersey, New York, Pennsylvania, Rhode Island, Virginia and West Virginia. Issue Date: March 18, 2010Due Date: April 12, 2010Posted on Web: March 18, 2010Price Range: The maximum value of each of the up to five contracts will be $100 million with $25 million for the first year, $20 million for the second, third and fourth years, and $15 million for the fifth year, if all options are exercised. for each task order will generally be between $30,000 and $1.0 million CORRECTION TO COMBINED SYNOPSIS/SOLICITATION A4450100302 -- CORRECTION SOLICITATION NUMBER IS: N1770108806 This is a Solicitation Notice. This solicitation will be issued in two phases. This solicitation is for the National Park Service, Northeast Region, Multiple Award Construction Contract for general constructions at various locations in the National Park Service's Northeast Region (Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, Vermont, New Jersey, New York, Pennsylvania, Rhode Island, Virginia and West Virginia). This solicitation will result in the award of up to five (5) National Park Service, Northeast Region, Multiple Award Construction Contracts (MACCs) for a base period and four option years. The MACC will include up to five (5) Indefinite Delivery/Indefinite Quantity contracts with firm fixed price task orders to be place there under. The maximum value of the contract will be $500 million over five years of contract performance, if all options are exercised. The maximum value of each of the five contracts will be $100 million with $25 million for the first year, $20 million for the second, third and fourth years, and $15 million for the fifth year, if all options are exercised. Through this solicitation, the NPS seeks to fulfill varying project, some may be design/build for new building or structures, renovation, rehabilitation or remodeling of existing building (description of future task orders given below). This solicitation is issued in two-phases pursuant to Federal Acquisition Regulations (FAR) 36.2, Two-Phase Design-build Selection Procedures, in accordance with FAR 5.102(a)(1), the availability of Phase-One and Phase Two of the solicitation will be limited to the Internet. Phase One of the solicitation will be posted to the websites, http://www.fedbizops.gov and http://ideasec.nbc.gov on or about March 17, 2010. Down loading from the Internet is free of charge. No hard copies of the solicitation will be mailed or issued directly from the contracting office. Notification of any change to this solicitation (amendments) shall be made only on the Internet. TELEPHONE, EMAIL OR FAX REQUESTS FOR THIS SOLICITATION WILL NOT BE RECOGNIZED OR HONORED BY THE GOVERNMENT. Contractors must be registered in the Central Contactor Registration system in order to receive contract award. As a security precaution, vendors must register themselves through the on-line CCR system. THE SOLICITATION IS BEING ISSUED AS UNRESTRICTED. The acquisition is being conducted using full and open competition (Unrestricted). The North American Industry Classification System NAICS, Code of 237120, and the small business size standard for the seed project is $33.5 million. The Standard Industrial Code is 1611. Other North American Industry Classification System NAICS Codes applicable to future task orders under the National Park Service, Northeast Region, Multiple Award Construction Contract may include, but are not limited to, Codes in Sector 23, Construction, Subsector 236 - Construction of Buildings, and Subsector 237, Heavy and Civil Engineering Construction, and Subsector 238, Specialty Trade Contractors. The work contemplated under this procurement for the seed project will include design and construction for removal of multiple Underground Storage Tanks (UST) and installation of new Aboveground Storage Tanks (AST) at various locations within the Sandy Hook Unit of Gateway National Recreation Area (NRA), located in Monmouth County, NJ, but fully design projects may also be competed under these contracts. Work shall be performed in accordance with all Federal, State and local regulations. Additionally, contractors shall be certified by the State of New Jersey to perform all work associated with this project, including, but not limited to, disposal of contaminated soil in the immediate area of the USTs and incidental related work. Large quantities of contaminated soil found during the project will be documented and remediated in the future by others. The estimated cost of construction of this design/build seed project is between $250,000 and $500,000 and includes a period of 225 calendar days for completion of all work. Davis Bacon wages will be applicable to this project. The general scopes of future task orders for the parks within the NPS's NER may include any of the following: new building or structures, renovation, rehabilitation or remodeling of existing buildings (historic and non-historic), preservation or stabilization of historic structures, HVAC, plumbing, electrical improvements or upgrades, roofing, siding, masonry re-pointing, painting, all types of building/facility demolition, structural repairs, security and fire alarm systems, fire suppression systems, communications and data installations, general site work, restoration or rehabilitation, landscaping, trail construction and repair work, road construction, road reconstruction, asphalt paving, parking lot construction or reconstruction, site work associated with campgrounds and picnic facilities expansion, fencing, concrete, waterfront/marine facilities, piers/wharves, dredging, drainage improvements, site utilities/infrastructure construction or rehabilitation (Water, Wastewater, Electrical (primary and secondary), Gas, IT, Telecommunications, etc), instrumentation, photovoltaic power generating systems and other alternative energy projects, rodent proofing and feces cleanup, lead paint removal, hazardous material mitigation, HTRW (Hazardous Toxic Radioactive Waste) removal, asbestos abatement, limited environmental remediation, underground storage tank removal, above-ground storage tank installation, geotechnical work, surveys, studies and other related work, utility investigations (CCTV, smoke testing, etc), building or property condition assessment and the design associated with all of the various aforementioned tasks. All designs shall be completed and stamped by registered design professionals, registered in the state in which the project is located and shall meet local, state, and federal regulations. The majority of the work will be performed on or around historic structures and cultural landscapes. All work will be accomplished in accordance with individual task order requirements, specifications / master specifications, drawings, and other construction or project documents provided. Future projects may require incorporation of sustainable features such as Leadership in Energy and Environmental Design (LEED) building standards. Project may include experience requirements, proprietary items and options. The preponderance of the work is expected to be located in the National Park Service's Northeast Region of responsibility (Connecticut, Delaware, Maine, Maryland, Massachusetts, New Hampshire, Vermont, New Jersey, New York, Pennsylvania, Rhode Island, Virginia and West Virginia). The minimum guarantee will be met when the seed project is awarded under the RFP N1770108806 for the first contract award. Each of the remaining up to four (4) MACC contracts will contain a minimum guarantee of $5,000 for the base period and each option year, if all options are exercised. The maximum value of each of the up to five contracts will be $100 million with $25 million for the first year, $20 million for the second, third and fourth years, and $15 million for the fifth year, if all options are exercised. Source Selection evaluation procedures on subsequent individual task orders will be at the discretion of the Contracting Officer. All contractors awarded a contract will be given an opportunity to competitively quote on the subsequent task orders which may use sole source, design/build source selection, or price only techniques. Award of a task order may be made to only one firm if it is necessary to place an order to satisfy a minimum guarantee. Failure to submit technical and/or price proposals on future task orders may result in the government not placing future orders on the contract. Participation in the pre-proposal conference or site visits for future task order will be the responsibility of the offerors and are not directly reimbursable by the Government. Task orders may require registered multi-disciplined professional disciplines (architectural/engineering). Award of the seed project will be made to the responsible offeror whose proposal, conforming to this solicitation, is considered to be the most advantageous to the Government as a result of a best value evaluation with all technical factors being approximately equal to price. Two-phase design-build source selection procedures will be utilized for this procurement. The evaluation factors under Phase-One include the following: 1) Relevant Past Performance; 2) Specialized Technical Experience, Expertise, and Qualification, 3) Management Approach, and 4) Small Business Subcontracting Effort. Offerors will be required to provide information for both their construction team, as well as their design team under these factors. Based on its evaluation of the Phase-One, the NPS will invite up to eight (8) offerors judged best qualified for the NPS NER MACC to participate in Phase-Two. Phase-Two will consist of price and technical factors. Phase-Two technical factors will be evaluated on the following factors: 1) Specialized Tank Experience, 2) Proposed Technical Solution, and 3) Overall Technical Rating from Phase One. Interested firms will be required to respond to evaluation factors as set forth above. The Request for Proposal package will be available, Wednesday, March 17th and the date for receipt of proposal is April 12, 2010 at 2:00 P.M.at National Park Service, Northeast Region, U.S. Custom House, 200 Chestnut Street, Philadelphia, PA 19106-2878. A pre-proposal conference is planned at the Gateway National Recreation Area in Monmouth County, NJ on March 24th, 2010 at 10:00 A.M. A bid guarantee will be required to be submitted with the proposal in the amount of $500,000 to remain in effect throughout the full term of the contract. The anticipated range for each task order will generally be between $30,000 and $1.0 million. Questions about this Solicitation MUST be submitted in writing. Any questions, please call Mrs. Patricia Hemingway at 215-597-0259 or faxed to 215-597-1085. All contractors must be registered in the Central Contractor Registration (CCR) Database. Be advised, for solicitations issued after May 31, 1998, failure to register in the CCR makes an offeror ineligible for award of federal contracts. Offerors should submit verification of their firm's registration in the CCR Database with their proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1770108896/listing.html)
 
Place of Performance
Address: General construction projects at various locations in the National Park Service's Northeast Region (Ct, DE, ME, MD, MA, NH, VT, NJ, NY, PA, RI, VA, and WV.
Zip Code: 19106
 
Record
SN02098663-W 20100324/100322234319-91213f2ba88f6e2c337a5c136ca804f5 (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.