SOURCES SOUGHT
Y -- Sources_Sought_GATE_195490C_FBF_Sewer - (Draft)
- Notice Date
- 3/20/2018
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures 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
- GATE_195490C_FBF_Sewer
- Archive Date
- 4/17/2018
- Point of Contact
- Heather Vogt, Phone: (303) 969-2031, Pamela Mault,
- E-Mail Address
-
Heather_Vogt@nps.gov, pamela_mault@nps.gov
(Heather_Vogt@nps.gov, pamela_mault@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. This sources sought is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government is seeking to identify QUALIFIED SMALL BUSINESS SOURCES for a COMPETITIVE PROCUREMENT under 2017 North American Industry Classification System (NAICS) 237110 Water and Sewer Line and Related Structures Construction (Size Standard - $36.5 million). The National Park Service, Denver Service Center requires a firm fixed price construction contract to improve the sewer system at Floyd Bennett Field, Gateway National Recreation Area, NY. The work is multifaceted involving diverse disciplines and a complex cut over phase. This is not a simple civil construction project, it includes mechanical, electrical, civil and structural disciplines. In addition to the diverse project it also includes installing valves on live force mains, bypassing in service lift stations, and extensive modification to a major operational lift station. The lift station will not be able to be taken offline for an extended period of time. Major upgrades will need to be completed while the system remains in service. Keeping the lift station in operation while upgrading the mechanical and electrical components of this facility will require extensive planning and logistical expertise. Estimated Construction Magnitude: $1 Million to $5 Million Period of Performance: 270 calendar days after Notice to Proceed. Estimated NTP is October 2018. The contract award is anticipated to be in September 2018. The Government invites SMALL BUSINESS CONTRACTORS that possess the qualifications and capabilities to perform this requirement and are interested in proposing on this contract in the future to submit a response that clearly demonstrates how they possess the required qualifications and capabilities. The response shall include the information necessary to determine your company's ability to meet the requirements described within this document. For this requirement, if awarded to small business, the limitation on subcontracting will apply, requiring the concern to perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Responses shall demonstrate the ability to meet this requirement. The response shall include descriptions of a maximum of 3 projects considered to be similar in which your firm has been the prime contractor and self-performed a minimum of 15%. Provide enough information so that it can be sufficiently evaluated to make a determination regarding qualifications. At a minimum, describe the project, the customer, where it was performed, what the period of performance was, the entire dollar value, how much and what was self-performed and any other relevant information. For each project, provide the contact information for the customer to include a name, phone number and email address so that past performance information can be obtained. In addition, provide a short narrative that describes how your company has the resources to finance, schedule and manage this requirement. Provide bonding capability for a single project, aggregate amount and current available bonding. Provide the company's point of contact with an email and phone number, the mailing address and DUNS number. The response to this sources sought is not expected to be a proposal, but rather a summarized description of qualifications and capabilities. Any brochures or currently existing marketing material may also be submitted. This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information received from potential sources as a result of this sources sought. Respondents will not be notified of the Sources Sought results. Only electronic submissions via email will be accepted. No hard copy or facsimile submissions will be accepted. Responses to this Sources Sought are to be emailed to Heather Vogt at heather_vogt@nps.gov and curtesy copy Pamela Mault at pamela_mault@nps.gov. The title of the email should be GATE 195490C Sewer Project Sources Sought Response and (COMPANY NAME). Responses must be received no later than April 2, 2018 by close of business. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/GATE_195490C_FBF_Sewer/listing.html)
- Place of Performance
- Address: Floyd Bennett Field, Gateway National Recreation Area, 210 New York Avenue, Staten Island, New York, 10305, United States
- Zip Code: 10305
- Zip Code: 10305
- Record
- SN04860600-W 20180322/180320231244-f188c421a07ca6070964c83295d1ff39 (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 |