IGF::OT::IGF X:NOGRN George Washington Memorial Parkway Stabilize Pylons at Memorial Avenue.
PROJECT TITLE: George Washington Memorial Parkway Stabilize Pylons at Memorial Avenue.
PROPOSED SOLICITATION NUMBER: 140P3019R0002
CLOSING RESPONSE DATE: June 28, 2019
CONTRACT AWARD NUMBER AND DATE: TBD
CONTRACTOR: TBD
GENERAL: The National Park Service (NPS), Department of Interior, anticipates issuing a solicitation for the project described below. This is a pre-solicitation notice only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents. It is anticipated that the solicitation will be issued on or around May 28, 2019. The entire solicitation package, including all attachments, will be available electronically at
www.fbo.gov
https://www.fedconnect.net
Paper copies of this solicitation will not be made available.
PROJECT SCOPE: George Washington Memorial Parkway (GWMP) requires services to stabilize three Memorial Avenue pylons that are leaning due to unstable foundation material. This project will stabilize pylons using resistance piers and prevent further movement.
PLACE OF PERFORMANCE: George Washington Memorial Parkway
ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $800,000 and $1,100,000.
PROCUREMENT TYPE: The Government anticipates awarding a firm-fixed price construction contract to meet this requirement.
SET-ASIDE: This acquisition is full and open with no set asides.
NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 238110 and the small business size standard is $36.5.
PRODUCT SERVICE CODE (PSC): Z1JZ, MAINTENANCE OF MISCELLANEOUS BUILDINGS.
BONDS: All offerors will be required to submit a bid bond in the amount of 20% of the proposal price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price.
PERIOD OF PERFORMANCE: The contract performance period is expected to be 150 days from the start date on the Notice to Proceed.
PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled on or around June 11, 2019. Specific details regarding the site visit will be provided in the solicitation.
SOURCE SELECTION PROCESS: Proposals received in response to the solicitation will be evaluated in accordance with source selection procedures outlined in FAR Part 15 for Best Value Trade Off. The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (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.
Rickard, Stacey