Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 25, 2015 FBO #4962
SOLICITATION NOTICE

Z -- GATE 201049A – Sandy Hook Dispatch Center Replacement - Presolicitation Notice

Notice Date
6/23/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Interior, National Park Service, DSC-CS-Contracting Services Group, 12795 West Alameda Parkway, Lakewood, Colorado, 80228, United States
 
ZIP Code
80228
 
Solicitation Number
INP15PS00588
 
Archive Date
8/8/2015
 
Point of Contact
John Chaney,
 
E-Mail Address
John_Chaney@nps.gov
(John_Chaney@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Presolicitation Notice PROJECT TITLE: GATE 201049A - Sandy Hook Dispatch Center Replacement GENERAL: The National Park Service, Department of Interior, anticipates issuing a solicitation for the following project. 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. It is anticipated that the solicitation will be issued on or around 7/9/15. The entire solicitation package, including all attachments, will be available electronically at www.FBO.Gov. Paper copies of this solicitation will not be made available. PROJECT SCOPE: This is a Design/Build project to replace an existing dispatch center that was once located at the Sandy Hook Unit of Gateway National Recreation Area (GATE). The new dispatch center will be constructed at building 210 at the Fort Wadsworth Unit in Gateway National Recreation Area, Staten Island, New York. A portion of the building will be remodeled into a modern, communications center where the National Park Service and the United States Park Police will operate a consolidated and state-of-the-art Dispatch Center. The contractor will also make radio improvements at the Eastpointe Condominiums repeater site located in Highlands, New Jersey. A small amount of work is also located at the Sandy Hook Unit of Gateway National Recreation Area (GATE) in New Jersey. The work includes but is not limited to the following components: Remodel of a portion of an existing building into a fully equipped dispatch center of approximately 3,500 S.F.; addition of a back-up emergency generator (single fuel, natural gas) with a masonry (concrete and brick) enclosure; installation of a 100-foot high freestanding radio monopole tower; and a small remodel for staff relocation to building 210. The new comm center includes: Heating ventilating and air conditioning, electrical, plumbing, fire alarm and sprinklers, window frames with bullet-proof glazing, fencing, and interior room finishes, dispatch operator consoles and furniture, voice logging system, Instant Recall Recorders (IRRs), time synchronization and TDD/TTY device for the deaf, telephone system, alarm signal monitors from buildings and utilities at Sandy Hook, a Direct Incident Command Center (ICC) room, and project close-out including commissioning and training. Work also includes radio improvements at a single repeater site located on the roof of the Eastpointe Condominiums. Work at this location includes but is not limited to installation of an outdoor climate controlled cabinet, VHF Base stations, VHF antennas, VHF combiner, VHF multi-coupler, and a microwave link from Eastpointe to Fort Wadsworth, a microwave link from the dispatch center at Fort Wadsworth to Sandy Hook. PLACE OF PERFORMANCE: Gateway National Recreation Area - Sandy Hook Unit, Highlands, Monmouth County, New Jersey, United States ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $3,500,000 and $5,000,000. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. SET-ASIDE: This acquisition has been set-aside for small business concerns. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 236220 and the small business size standard is $36,500,000 BONDS: All offerors will be required to submit a bid bond for 20% of their total proposed price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be 585 calendar days following contract award. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled during phase 2 of the source selection process. It is currently anticipated the site visit will be conducted on or around 8/15/15. Specific details regarding the site visit will be provided in the solicitation. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be 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. Offerors will be required to complete Online Representations and Certifications at the SAM website. SOURCE SELECTION PROCESS: The Government shall conduct the source selection process in accordance with the Two-Phase Design Build Selection Procedures noted in Federal Acquisition Regulation (FAR) Part 36.3. Phase 1: The first phase of the solicitation shall be issued on Federal Business Opportunities (FBO.gov) and shall instruct all Offerors to submit an initial proposal that addresses only the Phase 1 evaluation criteria. Proposed pricing shall not be included in phase 1 proposals. The Government will evaluate phase 1 proposals in order to determine the most highly qualified offerors. A maximum of 5 offerors shall be selected to move forward to Phase 2. Those offerors that are not selected to move forward to Phase 2 will be notified and thanked for their participation. Phase 2: The Government will then notify the Phase 2 offerors of their selection and will request they submit a follow-up proposal that addresses the phase 2 evaluation criteria. Proposed pricing shall be included in phase 2 proposals. The Government will evaluate the phase 2 proposals. It is the Government's intention to award a single contract to the offeror whose phase 2 proposal provides the best value to the Government. QUESTIONS: For questions please contact Robin Fuchs at Robin_Fuchs@nps.gov and John Chaney at John_Chaney@NPS.Gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/INP15PS00588/listing.html)
 
Place of Performance
Address: Gateway National Recreation Area - Sandy Hook Unit, Highlands, Monmouth County, New Jersey, United States, Highlands, New Jersey, United States
 
Record
SN03773119-W 20150625/150623235125-73875186c0d377b6f022cd9db22cde15 (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.