Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
MODIFICATION

Y -- VAFO 211497 - Rehab Visitors Center

Notice Date
5/16/2018
 
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
140P2018R0026
 
Archive Date
7/14/2018
 
Point of Contact
Phil Robinson, Phone: (303) 969-2137, Pamela Mault, Phone: 303-969-2572
 
E-Mail Address
philip_robinson@nps.gov, pamela_mault@nps.gov
(philip_robinson@nps.gov, pamela_mault@nps.gov)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: The National Park Service, Denver Service Center requires a firm fixed price construction contract to rehabilitate the Visitor Center (VC) at Valley Forge National Historic Park, King of Prussia, PA. The VC is 18,000 sq ft and the objective of the project is to provide better operational and energy efficiency, environmental controls, fire protection and security system and architectural finishes of the rehabilitated spaces. This will be accomplished through the replacement of major systems including the existing roofing, exterior windows, elevator, electrical system components and HVAC. Also included in the work is installation of new fire detection, fire suppression and security systems. The prime contractor will be responsible for providing a temporary VC on the site, pack up the collections and relocate them to an appropriate storage facility, pack up the offices and relocate them to the temporary VC. Upon completion of the rehabilitation, the prime contractor will be responsible for the removal of the temporary VC and returning the collections and offices to the newly rehabilitated VC and restore the site. PERIOD OF PERFORMANCE: The Contract Duration is three hundred sixty five (365) calendar days from the Notice to Proceed. Contract Award is expected to be in September 2018 with a Notice to Proceed in October 2018. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 Commercial and Institutional Building Construction. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and $10,000,000. TYPE OF SET-ASIDE: This acquisition will be an Unrestricted procurement. SELECTION PROCESS: The selection process will be a Best Value Trade Off Source Selection process. The technical criteria for this procurement is expected to include Experience, Past Performance, Technical Approach, and Management Plan. It is also expected that all evaluation factors, other than price, when combined, are significantly more important than price. The solicitation will contain the actual requirements. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about June 22, 2018. Details regarding the Optional Site Visit will be included in the solicitation. Actual dates and times will be identified in the solicitation. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT OF CONTACT: No phone calls will be accepted. Written inquiries can be made via Email. The point-of-contact for this procurement is Contract Specialist, Philip Robinson, at philip_robinson@nps.gov and copy to Contracting Officer, Pamela Mault, at pamela_mault@nps.gov. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/DSC-CS/140P2018R0026/listing.html)
 
Place of Performance
Address: 1400 N Outer Line Dr, King of Prussia, Pennsylvania, 19406, United States
Zip Code: 19406
 
Record
SN04924171-W 20180518/180516230819-93199bb774d67cef8c9eb4d8cff23c76 (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.