Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOLICITATION NOTICE

Y -- DEVA-CONSTRUCTION OF SPW WATER MAIN

Notice Date
2/6/2018
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
NPS, PWR - LAKE MABO 601 Nevada Way Boulder City NV 89005-2426 US
 
ZIP Code
00000
 
Solicitation Number
140P8118R0010
 
Point of Contact
Childs, Carole
 
Small Business Set-Aside
Total Small Business
 
Description
PRE-SOLICITATION ANNOUNCEMENT - DEATH VALLEY NATIONAL PARK WATER MAIN TO WATER STORAGE TANK AT STOVEPIPE WELLS RFP No. 140P8118R0010 The National Park Service (NPS), Death Valley National Park (DEVA), located in Inyo County, California, has a requirement for the install of a water main to the water storage tank at Stovepipe Wells. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, site rehabilitation, clean-up, and demobilization. Project work includes: 1. the installation of a waterline piping delivery system that consists of approximately one thousand four hundred (1,400) lineal feet of twelve (12 ¿) inch diameter, nominal size HDPE PE4710, DR 9; one thousand four hundred fifty (1450) lineal feet of ten (10 ¿) inch diameter, nominal size PVC C900, DR 14; one thousand four hundred fifty (1,450) lineal feet of four (4 ¿) inch diameter, nominal size HDPE PE4710, DR 9; and one hundred sixty (160) lineal feet of four (4 ¿) diameter, nominal size PVC C900, DR 14; installation of concrete vaults, manholes; booster pumps; flow meters, chlorine analyzers; chlorine injection ports and pumps. Includes all fittings required and includes cast in place thrust blocks; tie in to existing 8 inch piping; re-configuration of existing 6 ¿ piping mains to connect to existing 8 ¿ main with tees in existing system; demolition of existing water storage tanks, abandonment of existing water lines and removal and salvage of existing fire booster pump(s). Electrical work is involved with the installation of conduit runs; new power supply panel; an electronic pressure controller (with pressure snubber) system controls to provide automated operation of the new booster pumps and existing reverse osmosis systems such that it will be fully automated. The project range is estimated to be between $250,000 and $500,000. The project is expected to take approximately 300 calendar days, with an anticipated start date in April 2018. Project will be constructed under a single prime contract. This project is a 100% Total Small Business Set-Aside. All responsible sources with Total Small Business status may submit a proposal which, if timely received, will be considered. The North American Industry Classification System (NAICS) code is 237110, Water/SewerLine Construction, 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. 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 February 21, 2018 at FBO: http://www.fbo.gov and 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. Pursuant to FAR, the response date of the solicitation is no earlier than thirty (30) days from the date of the solicitation release date. The proposal due date will be noted on the solicitation at the time of issue. Technical questions will not be addressed at this time. Technical questions will be addressed through an online system or email during the solicitation period. Copies of this solicitation will be available by INTERNET ACCESS ONLY. All solicitation documents will be posted and made available for viewing to the FedBizOpps website (https://www.fbo.gov/) and/or FedConnect website (https://www.fedconnect.net/FedConnect/). NOTE: There are no plans, specs, or drawings associated with this synopsis at this time. Any plans and specifications will be available for download on the FedConnect website ONLY. Compact disks or hard copies will not be sent out and an Interested Parties List will be available on the (https://www.fbo.gov/) FedBizOpps website and/or (https://www.fedconnect.net/FedConnect/) FedConnect website. 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 DEVA website to acquaint themselves with the general area and to view park maps at http://www.nps.gov/deva. NOTE: Information contained in this pre-solicitation announcement is subject to change. For questions concerning this project contact Carole Childs at carole_childs@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8118R0010/listing.html)
 
Place of Performance
Address: Death Valley National Park Stovepipe Wells 51880 Hwy 190 Death Valley CA 92328 USA
Zip Code: 92328
 
Record
SN04811400-W 20180208/180206231115-4693bed3ae5ceb195ae1958ba64d404c (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.