The RFP Database
New business relationships start here

Construct boathouse on Diablo Lake, North Cascades NPS Complex, WA


Washington, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This synopsis announces future Request for Proposals #140P8318R0008 to construct a floating boathouse on Diablo Lake, North Cascades NPS Complex, Washington state, with an option to demolish the existing boathouse. The contract includes constructing a new 36ft x 28ft wooden structure supported by concrete floats and clad with 24-ga metal wall panels and standing seam roof; providing electrical service to the structure from shore; attaching the structure to an existing on-shore pavilion foundation with stiff arms; and fabricating and installing a new ~47ft gangway. The existing boathouse is a similar size with metal wall panels and roof supported by log floats. The full solicitation, including specifications, drawings, wage determination, clauses, and provisions will be posted at www.FBO.gov on approximately July 3, 2018. Proposals are due on August 14, 2018, unless extended by amendment.
SCHEDULE: The Notice to Proceed will be issued in mid- to late October, 2018, and the contractor will have 180 calendar days thereafter to complete the project.
PROJECT LOCATION: The construction site is on the north shore of Diablo Lake in Whatcom county, WA; the demolition site is on the south shore of the lake. The site is approximately 70 miles east of Interstate 5 and there are no lodging or dining facilities nearby; the closest building supply stores are located in Concrete, Darrington, and Sedro-Woolley. Maps and information are at www.nps.gov/NOCA.
SITE VISIT: A group site visit will be held at 11:30 am on Monday July 23, 2018; details in Section L of the solicitation. Attendance at the site visit is strongly encouraged (not mandatory). Requests for individual site visits will not be honored.
DETAILS: This is a best value negotiated procurement set-aside for small business concerns in accordance with FAR Part 19.5. The NAICS code for this project is 236220, Commercial and Institutional Building Construction, and the small business size standard is $36.5 million, average annual gross receipts for the past three 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. Using the price range stated in FAR 36.204, the estimated magnitude of this construction project is between $250,000 and $500,000. A bid (offer) guarantee (20%), payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance.
The entire solicitation package, including drawings and specifications, will be in Microsoft Word and Adobe PDF. Offerors will submit their technical and price proposals in digital format per instructions included in the solicitation. 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.
Vendors can search for opportunities and award history on www.fbo.gov without registering. The Federal Business Opportunities (www.fbo.gov) website has an Interested Vendors List where you can add your company's interest. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Prospective offerors will be required to visit www.FBO.gov periodically to check for amendments and other changes to the contract documents; no other notifications will be sent. No hard copies of the solicitation will 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 AdministrationB?s (SBA) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories.
The Government reserves the right to cancel this solicitation.
For more information, write to the Contracting Officer at sarah_welch@nps.gov.

Welch, Sarah

sarah_welch@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP