Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 02, 2024 SAM #8131
SOLICITATION NOTICE

Z -- Z--DEPO-REPLACE COMFORT STATION

Notice Date
2/29/2024 2:41:23 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PWR SF/SEA MABO(85000) SAN FRANCISCO CA 94104 USA
 
ZIP Code
94104
 
Solicitation Number
140P8524R0002
 
Response Due
3/15/2024 12:00:00 PM
 
Archive Date
03/30/2024
 
Point of Contact
Jordan, Eric, Phone: 4159619995
 
E-Mail Address
Eric_Jordan@nps.gov
(Eric_Jordan@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION ANNOUNCEMENT DEVILS POSTPILE NATIONAL MONUMENT REPLACE COMFORT STATIONS RFP No. 140P8524R0002 The National Park Service (NPS), Devils Postpile National Monument, located in Mammoth Lakes, California, has a requirement to demolish and rebuild comfort stations for guests at the monument. The Contractor shall provide all mobilization, labor, supervision, materials, equipment, transportation, site rehabilitation, clean-up, and demobilization. The scope of this proposed contract includes, but is not limited to: 1. PHASE 1: Demolition of one (1) existing men�s and women�s comfort station, demolition of one (1) existing single-user restroom building. Includes flow and pressure test of existing water line, capping of existing water and wastewater lines, and backfilling at demolished areas. 2. PHASE 2: Construction of one (1) new multi-user comfort station. The new comfort station building includes men�s and women�s facilities, a single accessible all-gender restroom, and a mechanical room. Scope includes electrical and plumbing work for fully functioning building. Sitework includes grading, new concrete sidewalk, stabilized decomposed gravel trail, accessible parking area to replace the demolished comfort stations, and new electrical, water, and wastewater utility lines. This procurement is set-aside for Small Business (SB) concerns only. Offers received from concerns that are not Small Business concerns shall be considered nonresponsive and will be rejected. The North American Industry Classification System (NAICS) code is 236220; the small business size standard is $45.0 million. The construction magnitude for this solicitation is $1,000,000.00 to $5,000,000.00. The Government intends to award a single, firm-fixed-price contract. Award selection will be made on a Best Value determination made after consideration of price and other non-price factors (technical capability and past performance) as listed in the RFP. The RFP will be available via electronic commerce only and may be accessed on or about March 20, 2024, at SAM.gov: https://sam.gov/. The due date for proposals will be 30 days after the date of issuance of the RFP. However, this may be extended at the discretion of the Government. Prospective offerors are responsible for periodically checking these websites for any amendments that may be issued prior to the closing date of the RFP. An organized site visit will not be scheduled due to the closure of the monument and road construction. Pictures of the existing structures for demolition, as well as pictures of the new comfort station site will be included in the solicitation for interested parties to review. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a SAM unique entity identifier number and an active registration in the System for Award Management (SAM) (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete online Representations and Certifications at the SAM website. A contract award may or may not result from this solicitation, and all costs associated with preparing proposals are at the contractor�s own expense. NOTE: Information contained in this pre-solicitation announcement is subject to change.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29221ee153184f61b04fda80fc009ebe/view)
 
Record
SN06981452-F 20240302/240229230100 (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.