SOLICITATION NOTICE
Z -- Construction Services: Relocate Staten Island Unit Maintenance Facility, Gateway National Recreation Area, Staten Island, New York County, NY. NPS PMIS # GATE 200607B
- Notice Date
- 10/31/2016
- 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
- P17PS00003
- Point of Contact
- Alan Stormont, Phone: (303) 969-2117, Albert Omara, Phone: (303) 969-2056
- E-Mail Address
-
alan_stormont@nps.gov, Albert_Omara@nps.gov
(alan_stormont@nps.gov, Albert_Omara@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 via this announcement on or around November 15, 2016, on the Federal Business Opportunities (www.fbo.gov) website. Responses will be due approximately 45 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, Microsoft Excel, 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. PROJECT DESCRIPTION : The work consists of the construction of maintenance facilities on two sites; Miller Field and Fort Wadsworth. On Miller Field, the construction a 3,000 SF maintenance building and a 800 SF storage building with material storage bins, vehicle fueling station, wash station, concrete surfaces and asphalt driveway. Utilities will include connecting into existing utilities and bring to the site water, storm sewer, sewage, gas, and electricity. The site location is adjacent to an existing asphalt parking lot, within a turf grass park setting with new fencing, lighting, grading and landscape repair. On Fort Wadsworth, a proposed 1,500 SF covered vehicle storage with electrical service on a new concrete slab is proposed. The project requires technical capabilities beyond what is considered "typical" due to sensitive cultural resources nearby and utility permitting with the City of New York. PROCUREMENT TYPE : The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. This 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 : This is a competitive total small business set-aside acquisition limited to small business firms. All responsible sources may submit an offer for consideration in accordance with these and other terms and conditions of the anticipated solicitation. NAICS CODE : 236220 - Commercial and Institutional Building Construction with a small business size standard of $36.5M. MAGNITUDE : In accordance with FAR 36.204, the project magnitude is estimated to be between $1,000,000 and $5,000,000. DURATION : The contract performance period is expected to be 365 calendar days from notice to proceed. SITE VISIT : It is anticipated that a Pre-Proposal Conference/Site Visit will be scheduled sometime during November 2016. Specific details regarding this meeting will be provided in the solicitation, once posted. 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. 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 should be filled out in SAM.gov. For questions please contact via email both the Contract Specialist, Alan Stormont, at alan_stormont@nps.gov and the Contracting Officer, Al O'Mara, at albert_omara@nps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/P17PS00003/listing.html)
- Place of Performance
- Address: Gateway National Recreation Area, Staten Island, New York County, NY, New York, New York, 10305, United States
- Zip Code: 10305
- Zip Code: 10305
- Record
- SN04316721-W 20161102/161031234600-593beb31d50341b4da832a81e3d7db20 (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 |