SOLICITATION NOTICE
P -- Old Wingate Elementary School Water Line Installation, Phase III Environmental
- Notice Date
- 2/14/2018
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- BIA CENTRAL 00016 12220 Sunrise Valley Drive Contracting Office Reston VA 20191 US
- ZIP Code
- 00000
- Solicitation Number
- 140A1618R0002
- Archive Date
- 3/1/2018
- Point of Contact
- Mosley, Carla
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE: 140A1618R0002 TITLE: Old Wingate Elementary School Water Line Installation, Phase III Environmental Abatement and Demolition GENERAL: The Department of the Interior, Bureau of Indian Affairs, Office of Facilities Management and Construction (OFMC), will be soliciting proposals from Service-Disabled Veteran “Owned Small Business (SDVOB) firms and Women-Owned Small Business (WOSB) 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 March 1, 2018 on FedConnect and FedBizOpps, with an anticipated Preproposal Site Visit on March 7, 2018. Responses will be due approximately 30 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 will have all attached documents will be available in Adobe PDF and/or Microsoft Word. Specifications and drawings will be available in Adobe PDF and/or Microsoft Word. PROJECT DESCRIPTION: Indian Affairs (IA) desires environmental site abatement of all environmental liabilities prior to the demolition of buildings and land listed above. The goal is to remediate all liabilities listed in the Phase II Environmental Site Assessment and move directly into the Phase III abatement and demolition of buildings, sidewalks, roadways and the removal of any Under Ground Storage Tanks (UST) and Above Ground Storage Tanks (AST). Dormitory units No 46 and other school buildings are to assess and abated only, according to SHPO recommendations and made ready for transfer, these buildings will remain and NOT be demolished. Sidewalks, roadway and utilities line for these buildings will be left in place for use. The remain buildings are to be assessed, abated and demolished along with all above and below fuel storage tank if any, sidewalks, roadways, the area is to be cleared and left with no hazardous remaining. Before Phase III (Demolition) can begin, there is a need to installation of a new 6 inch PVC C-900 waterline approximately 4,682 linear feet must be installed around the campus to ensure the Village of Bear and local churches continue having water supply. Phases in which the project must take place: 1.Installation of waterline around campus 2.Abatement of all environmental hazardous 3.Demolition of buildings per recommendation of SHPO 4.Repair of campus fencing The buildings are no longer needed by BIA as replacement schools have been constructed nearby. All Buildings are to be included within the project at the conclusion of the historical section 106, however until the conclusion of the 106 all historical buildings are to remain untouched and protected from any damage. PROJECT LOCATIONS: Old Wingate Elementary School, the property consists of thirty-one (31) buildings, ranging from school buildings, facility shop, school dormitories, and employee housing to including water storage tanks for a combined total square footage of 230,992 square feet (sq.ft.). Wingate Elementary site is located approximately 21 miles east of Gallup, NM on State Road 400. MAGNITUDE: Between $5,000,000 and $10,000,000. 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 a technical, past performance and price proposal. The tradeoff process is selected as appropriate for this acquisition. The Government will consider it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. SET-ASIDE TYPE: This is a competitive SDVOSB and WOSB set-aside acquisition. All responsible sources may submit a proposal for consideration in accordance with these and other terms and conditions of the anticipated solicitation. NAICS CODE: The primary NAICS Code for this project is 238910 “ Site Preparation Contractors with a small business size standard of $15.0 Million. DURATION: The contract performance period is anticipated to be for 12-months. ADDITIONAL INFO: 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 the Contract Specialist, Carla Mosley at Carla.Mosley@bia.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1618R0002/listing.html)
- Record
- SN04822970-W 20180216/180214231412-6cf2c7da44a18382449d0214fa57186a (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 |