The RFP Database
New business relationships start here

Rehabilitate water treatment plant, Olympic NP, WA


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

Request for Proposals (RFP) #140P8319R0001 is to rehabilitate the water treatment system at the Kalaloch developed area of Olympic National Park, near Queets, Washington. The Work includes erecting a new pre-engineered steel-framed water treatment building to house the installation of a new packaged water treatment plant and connecting groundwater wells to the new treatment facility; installing a new wastewater lift station and force main to connect the new water treatment building to the existing sanitary sewer; rehabilitate the existing water treatment building to meet current needs, including energy efficiency upgrades; and demolition of existing surface water treatment infrastructure upon completion of new construction. Additional details are provided in the Statement of Work and drawings. A bid (offer) guarantee (20%), payment bond (100%), performance bond (100%), and liability insurance will be required prior to contract performance.
PROJECT LOCATION: The plant is located at Kalaloch WA, on the Pacific coast approximately 120 miles northwest of Olympia WA and 90 miles southwest of Port Angeles WA. Maps and information are at www.nps.gov/OLYM.
SITE VISIT: A group site visit will occur on APRIL 3, 2019; pertinent details are provided 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 women-owned small business concerns in accordance with FAR Part 19.15. The NAICS code for this project is 237110, Water and Sewer Line and Related Structures Contractors, 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. The contractor will have 200 calendar days to complete the project after the Notice to Proceed is issued; on-site work will begin in spring 2019. The estimated magnitude of this construction project is between $1,000,000 and $5,000,000, as expressed in the range stated in FAR 36.204 for magnitude of construction.
The RFP will be and future amendments will be posted at www.FBO.gov. 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. 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, (large or small) 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 Administration'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, contact the Contract Specialist at sarah_welch@nps.gov.

Welch, Sarah

Link to e-mail the Contract Specialist.

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP