Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Z--SLBE - Empire Water Renovations

Process Number 140P6022R0001

USA

Dates:


Notice ID:

140P6022R0001

Department/Ind. Agency:

INTERIOR, DEPARTMENT OF THE

Sub-tier:

INTERIOR, DEPARTMENT OF THE

Sub Command:

MWR MIDWEST REGION(60000)

Office:

MWR MIDWEST REGION(60000)

General Information:


All Dates/Times are:

(utc-06:00) central standard time, chicago, usa

Updated Published Date:

(utc-06:00) central standard time, chicago, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 30, 2021 09:00 am cst

Inactive Policy:

manual

Original Inactive Date:

dec 30, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

z2qa - repair or alteration of restoration of real property (public or private)

NAICS Code:

237110 - water and sewer line and related structures construction

Description:


Original Set Aside:

SLBE - Empire Water Renovations The National Park Service requests information from small business vendors registered as small businesses under NAICS 237110 Water and Sewer Line and Related Structures Construction, with a size standard of $39.5M or that meets that size standard and can perform the work. Vendors interested in submitting a proposal for this requirement should send a Statement of Qualifications. Submit information to the Contract Specialist, Bridget Parizek, at Bridget_Parizek@nps.gov, no later than (NLT) 10:00 AM CT on November 30, 2021. All costs associated with providing information in response to this market survey shall be the responsibility of the firm. Any information submitted is voluntary. The Contracting Officer will make an acquisition strategy decision based on the results of this market survey and a future solicitation may be issued as unrestricted without further consideration. The Work consists of the following: Replacement of two water well pumps at a depth of approximately 385 FT, removal and replacement of the water distribution system and service lines, removal of the existing water storage tank, construction of a new water storage tank and pumphouse, demolition of existing pumping equipment, & surfacing restoration. All work will be located at Sleeping Bear Dunes National Lakeshore in Empire, Michigan. The National Park Service anticipates awarding a Firm Fixed-Price contract. In accordance with FAR 36.204, the magnitude of construction is: between $1,000,000 and $5,000,000. Period of Performance: 240 calendar days from Notice to Proceed Paper copies of this announcement will not be provided. Any future solicitation information, if released, may be obtained through https://www.sam.gov. Any questions relating to this announcement must be submitted in writing, via email ONLY, to the Contract Specialist, Bridget Parizek, Bridget_Parizek@nps.gov. Include the reference number (140P6022R0001) in the subject line. DISCLAIMER: This is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this announcement shall not constitute responses to a solicitation. Responses to this announcement are not considered offers and cannot be accepted by the Government to form a binding contract. This announcement does not guarantee a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements. Electing not to submit a capability statement does not preclude a company from submitting an offer under any resulting solicitation, if a solicitation is issued, nor will it impact the evaluation of an offeror that did not submit a capability statement. Any subsequent solicitation, if issued, will be subject to availability of funds. Interested firms must submit the following information: - Name of Firm - Point of Contact - Address - Phone Number - Email Address - DUNS Number - Capability statement- A brief summary of capabilities. - Size status/SBA certifications (size standard for NAICS 237110) Mark all that apply: - Small Business (meets size standard for NAICS - Women Owned Small Business (WOSB) - Economically Disadvantaged Women Owned Small Business (EDWOSB) - HUBZone - Service Disabled Veteran Owned Small Business (SDVOSB) - Other (specify) Please include the reference number (140P6022R0001) in the subject line of all correspondence. Future announcements concerning this requirement may be found on https://www.sam.gov under Keyword / Solicitation #: 140P6022R0001. END OF ANNOUNCEMENT

Attachments / Links:


Document Size Updated date Download

Contact Information:


601 RIVERFROUNT DRIVE

OMAHA , NE 68102

USA

Primary Point of Contacts:

Parizek, Bridget