Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2021 SAM #7126
SOLICITATION NOTICE

Z -- Z--TAPR - Bottomland Trail Improvements

Notice Date
6/3/2021 1:15:02 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
MWR MIDWEST REGION(60000) OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
140P6021R0016
 
Response Due
6/19/2021 1:00:00 PM
 
Archive Date
07/04/2021
 
Point of Contact
Parizek, Bridget, Phone: 402 6611896, Fax: 5806222296
 
E-Mail Address
Bridget_Parizek@nps.gov
(Bridget_Parizek@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
POINT OF CONTACT: Bridget Parizek, Contract Specialist, Bridget_Parizek@nps.gov PLACE OF PERFORMANCE: Tallgrass Prairie National Preserve PLACE OF PERFORMANCE POSTAL CODE: 66869 PLACE OF PERFORMANCE COUNTRY: USA Title of Project: Bottomland Trail Improvements, Tallgrass Prairie National Preserve (TAPR) GENERAL: The National Park Service (NPS), Department of Interior (DOI), is soliciting proposals on a Service-Disabled Veteran Owned Small Business set aside basis from all interested businesses having the capability to perform the work described below. The solicitation will be issued electronically at www.beta.sam.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. Solicitation #: 140P6021R0016 Vendors can search for opportunities and award history on www.beta.sam.gov without registering. 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 at the receipt of proposals. You are also required to have a DUNS number in order to conduct business with the Federal Government. This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below. Proposed Solicitation Issue Date: Estimated on/about June 2021 Description: Pave the surface of Bottomland Trail in concrete and will pave a portion of the Trailhead Parking Lot. The Bottomland Trail, currently a gravel trail, is without a firm, stable (paved) surface and the trail is often is prone to wash outs and rutting creating a walking surface that frequently does not meet the Architectural Barriers Act Accessibility Standards (ABAAS). ABAAS improvements consist primarily of hardening the Bottomland Trail, to become the preserve's first and only fully accessible trail, including paving several Accessible Parking Spaces at the Trailhead and resetting 5 sign panels. All work will be performed at Tallgrass National Preserve in Strong City, KS. Type of Procurement: It is anticipated that a negotiated firm-fixed price contract will be awarded requiring submission of both a technical and price proposal. The government will consider an offeror's technical capability and past performance in comparison to its price. A source selection process will be conducted in accordance with FAR Part 15, Source Selection Procedures, utilizing a Performance Price Trade Off process (PPT). The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. All responsible sources may submit a proposal, which shall be considered by the agency. GENERAL INFORMATION: IAW FAR 36.204, the estimated magnitude of the project is between $100,000 and $250,000. Estimated Period of Performance: 200 calendar days Proposal receipt date is not known at this time. The actual date will be established in the solicitation documents A pre-proposal meeting may be posted and date/location will be noted in the solicitation. This project is subject to the Davis-Bacon Act. Bonds will be required as follows: Bid Guarantee - SF 24 at 20% of Contract price. Performance and Payment bonds - 100% of the contract price. Insurance will be required for this project. Be advised that this requirement may be delayed, cancelled, or revised at any time during the process based on decisions related to Department of the Interior (DOI) and National Park Service (NPS) changes. This procurement is a TOTAL SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE. Responsible service-disabled veteran owned small business sources may submit an offer that will be considered. The small business size standard for NAICS 237990 is $39.5 million. 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 .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f4e981a641184bf9b9875c7e01853478/view)
 
Place of Performance
Address: 2480B KS-177, Strong City, KS 66869, USA
Zip Code: 66869
Country: USA
 
Record
SN06020627-F 20210605/210603230116 (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.