Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 14, 2020 SAM #6680
SOLICITATION NOTICE

Z -- Renovate (8) RV campsites Fort Pickens Campground

Notice Date
3/12/2020 1:30:53 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
SER WEST(52000) TUPELO MS 38804 USA
 
ZIP Code
38804
 
Solicitation Number
140P5220Q0023
 
Response Due
3/26/2020 12:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Ward, Evans
 
E-Mail Address
Andre_Ward@nps.gov
(Andre_Ward@nps.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Renovate (8) existing RV campsites, Fort Pickens Main Campground, Escambia County, FL (PMIS 243797) This Solicitation is hereby issued as a Request for Quotation # 140P5220Q0023. The park seeks competitive pricing and availability from eligible SDVOSB sources in the local trade area. The purchasing instrument is a single, firm-fixed-price contract for minor construction. Magnitude of construction projects 1. BACKGROUND: Campsites improvements would bring the campsites back within Americans with Disability Act (ADA) standards code compliance and provide greater access to visitors with disabilities. 2. OBJECTIVES: Renovate Campground Sites: A-16, A-36, B-9, D-25, C-14, C-27, E-58 and E-59 3. PLACE OF PERFORMANCE: Fort Pickens Area on west end of Santa Rosa Island, Escambia County (16 driving miles S/SW of Pensacola, Florida). 4. PERIOD OF PERFORMANCE: 90 of days after Notice to Proceed. 5. SCOPE: This job consist of the selective demolition of the existing campsites. Contractor shall furnish all labor, equipment, supervision and materials to accomplish ADA campsite improvements, to include but not limited to: -- Renovate 8 campsites (2 campsites are adjacent to each restroom campground loops A, B-D, C, E; removal and haul-out of old asphalt; forming and pouring of reinforced concrete pads; site preparation; installation of electrical and water service, installation and wiring of ADA compliant electrical with Energy Mate pedestal stands with Energy Mate RV panel boxes with 30A-50A-110A GFI outlets; installation and plumbing of ADA compliant PVC water pedestals with vacuum break. -- Work shall comply with all applicable Federal, State, Local codes & regulations & ADA/ABAAS requirements. The estimated price is between $25,000 and $100,000 NAICS Code: 238990 All Other Specialty Trade Contractors, Size Standard: $16.5 millions of dollars SET-ASIDE: Service-Disabled Veteran-Owned Small Business This acquisition will be conducted in accordance with PART 13 - SIMPLIFIED ACQUISITION PROCEDURES, and the appropriate combination of the procedures in parts 13, 14, or 36, to include the use of Standard Form 1442, Solicitation, Offer, and Award (Construction, Alteration, or Repair). Evaluation of quotations or offers. (a) General. (1) The contracting officer shall evaluate quotations or offers- (i) In an impartial manner; and (ii) Inclusive of transportation charges from the shipping point of the supplier to the delivery destination. (2) Quotations or offers shall be evaluated on the basis established in the solicitation. (3) All quotations or offers timely received shall be considered. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations or offers are not required. Contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Customer surveys, and past performance questionnaire replies; (C) The Contractor Performance Assessment Reporting System (CPARS) at https://www.cpars.gov; or (D) Any other reasonable basis. Where an evaluation is based only on price and past performance, CO will make an award based on whether the lowest priced of the quotations or offers having the highest past performance rating possible represents the best value when compared to any lower priced quotation or offer. OFFER DUE DATE/LOCAL TIME 03/26/2020 1000 CT | Email: andre_ward@nps.gov Quotation or offer must include a signed and dated offer, the executed Representations & Certifications, and relevant past performance information during the past five years of government and or commercial projects for outdoor developed areas (trails, picnic and camping areas, and beach access routes).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af64da0516da43a7bc91ff53bfae80c7/view)
 
Place of Performance
Address: West Ship Island, Mississippi Sound, Harrison County, 12 miles south of Gulfport, MS, Ocean Springs, MS 39564, USA
Zip Code: 39564
Country: USA
 
Record
SN05587094-F 20200314/200312230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.