Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2015 FBO #4843
MODIFICATION

Z -- Rehabilitate Buildings and Phase 1 Utilities at Fort Vancouver National Historic Site, Washington FOVA 174962 - Amendment 1

Notice Date
2/25/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P15PS00118
 
Point of Contact
Aaron Adams, Phone: (303) 969-2789, Trinity Lintz, Phone: (303) 969-2709
 
E-Mail Address
aaron_adams@nps.gov, trinity_lintz@nps.gov
(aaron_adams@nps.gov, trinity_lintz@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amend 1 - Attachment 2 - FOVA 174962 - SECTION 01 27 00_Phase 1 Amend 1 - Revised Contract Clauses - FOVA 174962 FOVA 174962 - Drawings No. 389 126929 FOVA 174962 - Drawing No. 389 119939 Amend 1 - Attachment 1 - FOVA 174962 PROJECT TITLE: Rehabilitate Buildings and Phase 1 Utilities at Fort Vancouver National Historic Site, Washington Project No. FOVA 174962 GENERAL: The National Park Service, Department of Interior, will be soliciting proposals from construction firms having the capability to perform the work described below. This is a presolicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued electronically, on or after January 30, 2015 on the Federal Business Opportunities (www.fbo.gov) website. Responses will be due approximately 30 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. The entire solicitation package with all attached documents will be available in Microsoft Word, HTML, and/or Adobe PDF, Specifications and drawings will be available in Adobe PDF format through fbo.gov. Paper copies of this solicitation will not be made available. DESCRIPTION: The work of this contract consists of rehabilitation four buildings including the exterior rehabilitation of three historic wood frame three story barracks with interior rehabilitation to one of these buildings. Additionally, one non-historic masonry structure will have interior and exterior rehabilitation for adaptive use as a radio repair and dispatch center and will include installation of a radio tower. Work includes structural upgrades, accessibility improvements, mechanical and electrical systems upgrades, sitework, site utilities, and interior and exterior rehabilitation. For the three historic buildings this work will be completed while preserving the historic fabric and other character defining features. Specific exterior work elements include repairs to exterior wood cladding, replacement of deteriorated wood framing, painting, paint removal and repointing of stone masonry, roof repair and replacement, repairs to copper parapet, metal gutter liner replacement, metal gutter patching. Interior work includes patching of plaster walls and ceilings, patching of metal ceilings, patching of existing wood floors, attic insulation, relocation of interior walls, finish carpentry, painting, electrical and mechanic systems upgrade. Hazardous material abatement of lead based paint and asbestos containing material are also required. Project also includes seismic upgrade to one of the historic structures. Site utilities include construction for installing new water, sewer, storm, power, telephone, and replacement of storm water catch basins. Overall, the work includes preservation of natural features and historic features. All work will be performed under a single contract. PROCUREMENT TYPE: 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 to determine the best value (trade-off process) to the government. SET-ASIDE TYPE: The anticipated acquisition will be set aside for Small Business. Submissions received from responsible Small Business firms will be considered. NAICS CODE: The NAICS code for this project is 236220 Commercial and Institutional Building Construction and the small business size standard is $36.5 million. MAGNITUDE: In accordance with FAR 36.204, the project magnitude is estimated to be more than $10,000,000. DURATION: The contract duration will be 425 calendar days following the notice to proceed. SITE VISIT: It is anticipated that a Pre-Proposal Conference/Site Visit will be scheduled to be held March 3, 2015, from 1:00pm - 4:00pm, Meet at Building 987. See s pecific details regarding this meeting will be provided in the solicitation, RFP - Section L, 52.236-27 Site Visit. ADDITIONAL INFO: Vendors can search for opportunities and award history on fbo.gov without registering. The Federal Business Opportunities ( www.fbo.gov ) website includes an Interested Vendors List and a Watch List, which allows interested companies to add their company name to these two lists. Registering provides opportunity to receive notifications, which is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. 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 Small Business Administration's Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. REQUIREMENTS: You are required to have a DUNS number and an active registration in SAM, System for Award Management ( www.sam.gov ) in order to conduct business with the Federal Government. Online representations and certifications must also be completed using SAM.gov. For questions please contact the Contract Specialist, Ms. Trinity Lintz preferably via email at trinity_lintz@nps.gov or alternatively by telephone at (303)969-2709.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00118/listing.html)
 
Place of Performance
Address: Fort Vancouver National Historic Site, 1001 East 5th Street, Fort Vancouver, Washington, 98661, United States
Zip Code: 98661
 
Record
SN03651315-W 20150227/150225234418-5f6dac58144c5e92dcd935714003e195 (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.