Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOLICITATION NOTICE

Y -- Construct Two Double Vault Toilets & Demolish Deteriorating Wastewater Systems

Notice Date
6/30/2017
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NPS, PWR - GOGA MABO Building 201, Fort Mason San Francisco CA 94123 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01726
 
Point of Contact
Daniska, Kyle
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION ANNOUNCEMENT SEQUOIA AND KINGS CANYON NATIONAL PARKS CONSTRUCT TWO ACCESSIBLE DOUBLE VAULT TOILETS AND DEMOLISH DETERIORATING WASTEWATER SYSTEMS AT CRYSTAL CAVE RFP No. P17PS01726 The National Park Service (NPS), Sequoia and Kings Canyon National Parks (SEKI), located in Tulare County, California, has a requirement for the construction of two accessible double vault toilets and demolition of deteriorating wastewater systems at Crystal Cave. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, site rehabilitation, clean-up, and demobilization. Project work includes, but is not limited to: 1.Remove the debris pile located in the southwest corner of the parking lot. Debris may be used as fill for the septic tank and dosing siphon demolition. 2.Supply and install two precast concrete dual restroom vault toilets at the Crystal Cave Parking Area. Final location within the Crystal Cave Parking Area will be determined by the Contracting Officer. 3.Repave 300 square yards around the vault toilets and in the adjacent parking lot. Restripe parking spaces affected by repaving and construct two accessible parking stalls adjacent to the vault toilets. 4.Demolish plumbing fixtures, equipment & accessories in the existing comfort station. 5.Demolish existing wastewater system components in the parking lot area to include but not limited to: septic tank and dosing siphon. 6.Demolish all existing wastewater system spray field components (bid option). 7.Demolish existing wastewater system components in the cave entrance area to include but not limited to: manhole, cleanouts, and septic tank (bid option). The Request for Proposal (RFP) will include five base bid items and two bid options that may be exercised by the Contracting Officer (CO) at the time of award or during contract performance if funds are available. The project range is estimated to be between $250,000 and $500,000. The project is expected to take approximately 365 calendar days, with an anticipated start date in September 2017. This procurement is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns only. All responsible sources with SDVOSB status may submit a proposal which, if timely received, will be considered. The North American Industry Classification System (NAICS) code is 237110; the small business size standard is $36.5 million. The Government intends to award a single, fixed price contract. 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. Award selection shall be made on a Best Value determination made after consideration of price and factors other than price (quality: project management and operating procedures, key personnel experience and technical competence with similar projects, and past performance). Award is subject to the availability of funding at the time of award. The RFP will be available via electronic commerce only and may be accessed on or about July 17, 2017 at either FBO: http://www.fbo.gov or FedConnect: http://www.fedconnect.net. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. The prospective Offeror is responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. A Site Visit will be scheduled on or about August 1, 2017. See Section L of the RFP (when issued) for more information. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in the System for Award Management (SAM) (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. Interested parties may explore the SEKI website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/seki. NOTE: Information contained in this pre-solicitation announcement is subject to change.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01726/listing.html)
 
Record
SN04564632-W 20170702/170630234510-e8b37e3739f93b0b2d58a0cf7ee7a063 (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.