Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

Z -- Removal of underground fuel storage tanks (USTs) and groundwater remediationDEWA-176609 & 176788

Notice Date
7/13/2012
 
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
P12PS01097
 
Archive Date
7/13/2013
 
Point of Contact
Steve Paul Contracting Officer 3039692469 steve_paul@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
Total Small Business
 
Description
THIS PROJECT IS A SET-ASIDE FOR SMALL BUSINESSES The selected contractor shall be certified by the Pennsylvania Department of Environmental Protection or New Jersey Department of Environmental Protection in the categories pertaining to the tank handling activities required under this contract. Contractor will be experienced with PADEP Act2 Remediation Standards. Delaware Water Gap National Recreation Area, Bushkill, PA DEWA 176609 & 176788 The National Park Service (NPS), Department of the Interior (DOI), intends to solicit proposals from construction firms having the capability to perform the work described below. SOLICITATION NUMBER: P12PS01097 NAICS Code: 238910 PROJECT DESCRIPTION: Underground storage tank removal and groundwater remediation at the Delaware Water Gap National Recreation Area, at the Cliff Park Inn and at an nearby area, Milford, PA. The offeror selected shall furnish all materials, labor, equipment, and expertise to perform all operations contained in the scope of work. This project involves the following: (1)Task 1 involves the excavation, removal and disposal of a 1,000 gallon and an 8,000 gallon underground fuel oil storage tank (USTs) located under an asphalt paved area immediately adjacent to an occupied building. The 8,000 gallon tank contains approximately 1 inch of water and 3 inches of heating oil. The 1000 gallon tank contains approximately 7 inches of water and 4 inches of heating oil. Tasks 2 and 3 are the continuation of soil and groundwater remediation activities In an area nearby the USTs of task (1). (2) Under task 2, the contractor shall be responsible for reviewing and evaluating previous remediation work and data. The contractor shall provide a proposal to remediate the groundwater in accordance with the Pennsylvania Department of Environmental Protection (PADEP) Land recycling Program (Act 2) requirements in order to meet the Commonwealth residential health standards for soil and groundwater. (3) Task 3 is the excavation, transport and disposal of impacted soils at a licensed disposal facility. The work will generally consist of: Site preparation Excavation and soil handling Underground storage tank removal Soil transportation and disposal Monitoring Ancillary excavation Site restoration Report preparation PRE-PROPOSAL CONFERENCE AND SITE VISIT: A Pre-Proposal conference and site visit is anticipated to be held on or about August 3, 2012 for all interested parties. Additional conference and site visit coordination information will be provided in the solicitation, once posted. ACQUISITION INFORMATION: The administration of this contract, after award, will be by the National Park Service Northeast Regional Office Contracting Division, Philadelphia, PA. This procurement is being set-aside for SMALL BUSINESS. The selected contractor shall be certified by the Pennsylvania Department of Environmental Protection or New Jersey Department of Environmental Protection in the categories pertaining to the tank handling activities required under this contract. Contractor will be experienced with PADEP Act2 Remediation Standards. A firm, fixed-price contract will be awarded requiring submission of both a technical and a price proposal and is subject to the provisions of Federal Acquisition Regulations (FAR) Part 36, Construction and Architect-Engineer Contracts. The government will consider an offeror's technical capability, past performance, and price. The NAICS code for this project is 238910 and the small business size standard is $14.0 million. Pursuant to FAR Subpart 36.204, the price range for this contract is estimated to be less than $150,000.00. CENTRAL CONTRACTOR REGISTRATION (CCR): Offeror's are required to maintain an active registration in CCR, at www.ccr.gov, in order to conduct business with the Federal Government. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): ORCA is an e-Government initiative that was designed to replace the paper based Representations and Certifications (Reps and Certs) process. Offeror's must register in ORCA, at https://orca.bpn.gov, in responding to this solicitation. SOLICITATION INFORMATION: This solicitation will be issued electronically on the Department of the Interior's National Business Center (NBC) website at http://ideasec.nbc.gov. Search by referencing the solicitation number P12PS01097 under the Department of the Interior, National Park Service. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Individual requests for the solicitation package will not be accepted and cannot be accommodated. Documents will be made available electronically in Adobe PDF format or Microsoft Office formats. Free downloads of "reader" software are available for the latest version of Adobe Acrobat Reader at www.adobe.com. Offeror's wishing to receive electronic notification of changes will need to register to receive notification of this specific solicitation at www.fbo.gov or http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers of this service are ultimately responsible for reviewing the NBC website for all information relevant to this solicitation. Plan holders are required to visit this website periodically to check for amendments and other changes to the solicitation documents. No other notifications will be sent. The anticipated solicitation issue date is approximately July 27, 2012, with a proposal submission due date approximately 20 days following the issuance of the solicitation, or about August 16, 2012. The proposal submission due date is approximate; the actual date will be established at the time the solicitation is issued. Offers will be considered from all responsible and responsive offeror's. Paper copy proposals will be accepted at the address listed in the solicitation with an original signature of an authorized company official. Facsimile or electronic submissions of initial proposals will NOT be accepted. The Government reserves the right to cancel this solicitation. This announcement does not constitute the solicitation. POINT OF CONTACT: For questions regarding this announcement, the point of contact is Mr. Steven Paul, Contracting Officer, National Park Service, Denver Service Center - Contract Services, 12795 W. Alameda Parkway, Lakewood, Colorado 80228. Email address is steve_paul@nps.gov and telephone number is (303) 969-2469. End of Announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS01097/listing.html)
 
Place of Performance
Address: Park is Delaware Water Gap National Recreation Area, Buskill, PAUST removal site is located at the Cliff Park Inn, near Milford, PA.Groundwater remediation site is nearby the Cliff Park Inn, near Milford, PA.
Zip Code: 183249999
 
Record
SN02802399-W 20120715/120713235056-82c5158be78693e3fc5e065ee0159f8c (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.