Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
MODIFICATION

Z -- Restore the Historic Point Reyes Lighthouse and Enhance Visitor Services and Interpretation - Amendment 1

Notice Date
2/22/2018
 
Notice Type
Modification/Amendment
 
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
140P2018R0008
 
Response Due
3/7/2018 2:00:00 PM
 
Point of Contact
Sarah Clemmens, Phone: (303) 969-2228, Jason Longshore, Phone: (303) 969-2288
 
E-Mail Address
sarah_clemmens@nps.gov, jason_longshore@nps.gov
(sarah_clemmens@nps.gov, jason_longshore@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 00001_PORE 149469 Solicitation Posted: 02/05/2018 The National Park Service (NPS), Department of Interior (DOI), Denver Service Center (DSC), is soliciting proposals on a Competitive Total Small Business Set-Aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically on the Federal Business Opportunities website at www.fedbizopps.gov. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available. Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List and a Watchlist where you can add your company's interest. Registering provides the opportunity to receive notifications; this 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. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at www.sam.gov. You are also required to have a DUNS number in order to conduct business with the Federal Government. The NAICS Code for this requirement is 236220 with a size standard of $36.5 million. Title of Project: Restore the Historic Point Reyes Lighthouse and Enhance Visitor Services and Interpretation, PORE 149469 Description: The primary goal of the project is to rehabilitate the Lighthouse at the Point Reyes Light Station. Rehabilitation work shall be carefully prepared in compliance with the Secretary of the Interior's Standards for Rehabilitation. Additional work but not limited to involves: the conservation and rehabilitation of the Fresnel Lens and Clockworks; Accessibility issues throughout the site; Exterior rehabilitation and site improvements and the Rehabilitation of several outbuildings. Project will be constructed under a single prime contract. Type of Procurement: A 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 using the best trade off value method of procurement. Technical factors will be stated in the Request for Proposal in Section M. Estimated Price Range: $1 million - $5 million Estimated Period of Performance: April 2018 - Dec 2018 This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. Responsible small business sources may submit an offer that will be considered. The small business size standard for NAICS 236220 is $36.5 million. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clause, FAR 52.219- 8-Utilization of Small Business Concerns. All responsible sources may submit an offer which, if submitted in a timely manner, will be considered. It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov. Site Visit: An organized site visit has been scheduled for Wednesday, February 14, 2018 at 9:00am Pacific Standard Time. Participants will meet at: Point Reyes Red Barn 1 Bear Valley Road Point Reyes Station, CA 94956 Posted 02/21/2018 - Uploaded the documents from the pre-proposal site visit on February 14, 2018. This includes the agenda, presentation slides, and attendance list. Posted 02/22/2018 - Amendment 00001 - Addresses contractor questions and government response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0008/listing.html)
 
Place of Performance
Address: Point Reyes National Seashore, California (Marin County), United States
 
Record
SN04830859-W 20180224/180222231221-c974fae9266f82bc1aa03ee0e21dacf2 (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.