Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2017 FBO #5825
SOLICITATION NOTICE

Z -- Ft Dupont Summer Theater Repairs, National Capital Parks East

Notice Date
11/2/2017
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
NPS, NCR East MABO 1100 Ohio Drive, SW Contracting Annex WASHINGTON DC 20242-0001 US
 
ZIP Code
00000
 
Solicitation Number
140P3018R0003
 
Point of Contact
Nawrozzada, Juricka
 
Small Business Set-Aside
Total Small Business
 
Description
National Park Service, National Capital Region, East Major Acquisition Buying Office 1900 Anacostia Drive, S.E. Washington, D.C. 20020 PROJECT TITLE: Fort Dupont Summer Theater Repairs, National Capital Parks East PROPOSED SOLICITATION NUMBER: 140P33018R0003 CLOSING RESPONSE DATE: 12/19/2017 (estimated) CONTRACT AWARD NUMBER AND DATE: Number TBD; Date ¿ 12/29/2017 (estimated.) CONTRACTOR: TBD GENERAL: The National Park Service, Department of Interior, anticipates issuing a solicitation for the following project. This is a pre-solicitation 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 11/18/2017. The entire solicitation package, including all attachments, will be available electronically at: www.fbo.gov https://www.fedconnect.net Paper copies of this solicitation will not be made available. PROJECT SCOPE: This project is to provide construction services to repair the roof, siding, and fascia of the Fort Dupont Summer Theater. PLACE OF PERFORMANCE: 3600 F Street SE, Washington, D.C. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $25,000 and $100,000.00 PROCUREMENT TYPE: The Government anticipates negotiating and awarding one 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 238160 and the small business size standard is $15,000,000.00 PRODUCT SERVICE CODE (PSC): Z2JZ - Repair or Alteration of Miscellaneous buildings 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: 120 days (estimated) PRE-PROPOSAL CONFERENCE / SITE VISIT: TBD SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 Lowest Price Technically Acceptable. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P3018R0003/listing.html)
 
Record
SN04730742-W 20171104/171102231927-e019046ee6e0be97b4352ae03db0482c (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.