

Z--Rehabilitate Parking Area, Ruby Beach, Olympic National Park
Process Number 140P8322R0001

Dates:
140P8322R0001
Department/Ind. Agency:INTERIOR, DEPARTMENT OF THE
Sub-tier:INTERIOR, DEPARTMENT OF THE
Sub Command:PWR OLYM MABO(83000)
Office:PWR OLYM MABO(83000)
General Information:
(utc-08:00) pacific standard time, los angeles, usa
Updated Published Date:(utc-08:00) pacific standard time, los angeles, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:jan 19, 2022 03:00 pm pst
Inactive Policy:manual
Original Inactive Date:sep 30, 2022
Initiative:- None***--***
Classification:
total small business set-aside (far 19.5)
Product Service Code:z2lb - repair or alteration of highways/roads/streets/bridges/railways
NAICS Code:237310 - highway, street, and bridge construction
Description:
This is a pre-solicitation notice that Request for Proposals (RFP) #140P8322R0001 will be posted on approximately January 19, 2022. This is not the full solicitation; proposals are not requested at this time. The RFP will include detailed specifications for the rehabilitation of the Ruby Beach Parking area to improve storm drainage, traffic flows and provide ABAAS compliance. Additional details will be provided in the Statement of Work and supplemental materials posted with the solicitation. MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204 the estimated magnitude of this construction project is between $500,000 and $1,000,000 ****** PROJECT LOCATION: The Ruby Beach area includes the access road from US Highway 101, parking area and access routes to the overlook of Olympic National Park, Port Angeles WA. Maps and information are at www.nps.gov/OLYM. SITE VISIT: A group site visit is targeted for the week of January 31, 2022; pertinent details will be provided in Section L of the solicitation when it is posted. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored and the site is open to the public. Prospective contractors may view the sites from the ground only. DETAILS: This is a best value negotiated procurement set-aside for Small Business concerns in accordance with FAR Part 19.5. NPS will confirm eligibility by checking the firm's status in SBA's Dynamic Small Business Search and reviewing representations and certifications in the firm¿s SAM registration. The prime contractor must comply with limitations on subcontracting in FAR clause 52.219-14 (SEP 2021) for general construction. The NAICS code for this project is 237310, Highway, Street, and Bridge Construction, and the small business size standard is $39.5 million, average annual gross receipts for the past five years. All work will be performed under a single firm-fixed-price construction contract subject to the Wage Rate Requirements (Construction), formerly known as the Davis-Bacon Act. The contractor will have 120 calendar days to substantially complete the project after the Notice to Proceed is issued. A payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance. An offer guarantee will be required with proposal submission. The RFP and future amendments will be posted in the Contracting Opportunities section of www.SAM.gov. Responses will be due approximately 30 days after the RFP is posted, unless extended. The entire solicitation package, including drawings and specifications, will be in Microsoft Word and Adobe PDF. Offerors will submit their proposals in digital format per instructions included in the solicitation. The RFP will require offerors to submit both a technical and a price proposal; the government will consider an offeror's technical capability in comparison to its price and award to the firm whose offer represents the best value. Proposals are due by the date and time specified in Block 13 of the Standard Form 1442 or as stated in the most recent amendment (SF30). Special instructions related to bid bond submission will be in the RFP. Prospective offerors must visit www.SAM.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent nor will hard copies of the solicitation be mailed or issued. All eligible responsible sources may submit a proposal which shall be considered by the National Park Service, however offerors who have not established and/or maintained an active registration at www.SAM.gov prior to the offer due date and time will be considered either ineligible or non-responsive and will not be considered for award. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone 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 on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Small Business Administrations (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. The Government reserves the right to c ancel this solicitation. For more information, contact the Contract Specialist at michael_beatty@nps.gov.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
600 E PARK AVENUE
PORT ANGELES , WA 98362
USA
Primary Point of Contacts:Welch, Sarah